Kelly Kulikoff- Mayor Ronald Smith - Mayor Pro Tem Jim Creighton- - Councilmember Michael Kulikoff- Councimember LaShelle Cooper- Councimember AGENDA ORNI OB CITY OF CALIFORNIA CITY SPECIAL MEETING BUDGET WORKSHOP TUESDAY, SEPTEMBER 17, 2024 SPECIAL MEETING @ 7:00 PM COUNCIL CHAMBERS & VIA: ZOOM 21000 HACIENDA BLVD., CALIFORNIA CITY, CA 93505 CITYCOUNCIVHOUSING, AUTHORITYI SUCCESSOR: AGENCY Ify you need special assistance to participate in this meeting, contact the City Clerk at (760) 373-7140 or via email at Chpergalbonasah-sagey We request a 24-hour notification prior to the meeting in order for the city to make reasonable arrangements to ensure accessibility, (28CFR35:10235/104, American Disabilities Act Title II) Zoom instructions and notes: Web Link: nttps/usObweb.zo0m.s//B5478085070 Meeting ID: 85478085070 1.Public can diali into the Zoom line: a. One tap mobile: 9HATABTSGZ/TBUS b.Dial the following number; +15642172000US a. Public must join Zoom meeting to comment b. Keep your mic on! Mute until you are requested to speak 2.Comments 1 C. Use the "Raise your Hand" button tor request tos speak or, d. Send a chat request to City Clerk for request to speak e. When requested to speak state your name for the record f. Re-mute when your time to speak has ended Public is urged to listen tot the meeting in a quiet place, to avoid background noise. We also request public to! MUTEY your audio device when not commenting to avoid disruption during meeting. ** At this time, please take a moment to turn off your cell phones ** 7:00 PM SPECIAL MEETING BUDGET WORKSHOP CALLTOORDER ROLLCALL Councilmembers: Cooper, Creighton, Kulikoff, Mayor Pro Tem Smith & Mayor Kulikoff APPROVAL OF AGENDA PUBLIC COMMENTS Members of the public are welcome to address the City Council only on those items listed on the Closed Session agenda. Each member of the public willl be given (3) three minutes to speak. CONTINUED BUSINESS CB1. Schedule General Fund Departments. Staff Report by: Latisha Lamberth, Acting City Manager & Kenny Cooper, Finance Recommendation: Staff Recommends that the City Council takes Appropriate Action. Manager CB2. Fund Nation Contract. Staff Report by: Latisha Lamberth, Acting City Manager Recommendation: Staff Recommends that the City Council Approves this Contract. CB3. Airport Management Contract. Staff Report by: Latisha Lamberth, Acting City Manager Recommendation: Staff Recommends that the City Council Approves this Contract. NEW BUSINESS NB1. Agreement for Special On-Call Legal with the Hensley Law Group. Staff Report by:LatishaLamberth, Acting City Manager & Kenny Cooper, Finance/Manager Recommendation: Staff Recommends that the Cily Council Authorize the Acting City Manager to Execute the Proposed Engagement Letter of Agreement for Special On-Call Legal Services with the Hensley Law Group. NB2. The acquisition of a new all-wheel and four-wheel drive fleet of apparatus and vehicles for the fire department, along with five patrol vehicles and a utility terrain vehicle for the California City Police Department, funded solely by dedicated funds from local solar 2 developers as a condition of approval for their projects, grant money from the Air Pollution Control District, andi insurance payout funds from the police department. Recommendation: Staff Recommends that the City Council Adopt and Approve the following Resolutions to Provide consent for the Acting City Manager to Purchase the All- Wheel-Drive and Four-Wheel-Drive Fire and Police Apparatus and Vehicles Identified in Each of the Following Resolutions, to be Paid for with Dediçated Developer Funding, the Carl Moyer Grant Funding, and the Insurance Payouts for Totaled Police Vehicles, Bringing No additional Burden from Taxpayer Funding from the General Fund for the Acquisitions. 1. Resolution No. 24-3050, A Resolution of the City Council of the City of California City, Califoria, Authorizing the Purchase of Fire Apparatus from South Coast Fire 2. Resolution No. 24-3051, A Resolution of the City Council of the City of Califomia City, Califomia, Authorizing the Purchase of Two Fire Medic Squad Trucks from GTA Fleet 3. Resolution No. 24-3052, A Resolution of the City Council of the City of Califomia City, Califomia, Authorizing the Purchase of al Dodge Durango Arson/Fire Investigation Unit Resolution No. 24-3053, A Resolution of the City Council of the City of Califomia City, Califomia, Authorizing the Purchase of An All-Wheel-Drive Administration Vehicle for 5. Resolution No. 24-3054, A Resolution of the City Council of the City of California City, Califomia, Authorizing the Purchase of an All-Wheel-Drive Chaplain Vehicle for the Fire 6. Resolution No. 24-3055, A Resolution of the City Council of the City of California City, California, Authorizing the Purchase of Two Utility Terrain Vehicles (UTV) for the Fire 7. Resolution No. 24-3056, Al Resolution of the City Council of the City of California City, California, Authorizing the Purchase of Five All-Wheel-Drive Patrol Vehicles for the Staff Report: Justin Vincent, Interim Fire Chief Equipment; Solutions, Inc.; from Utilitac Equipment and Upfitting; the Fire Department; Department; Department; and Police Department. ADJOURNMENT 3 AFFIDAVIT OF POSTING DARYLA. BETANCUR, City Clerk for the City of California City, California, DO HEREBY CERTIFY under penalty of perjury under the laws of the State of Califomia, that the foregoing notice was posted at the City ofCalifornia City, City Hall bulletin and all other official bulletin boards andt the City'swebsite atl least 24 hours prior tot ther meeting inc compliance with the provisions oft the Brown Act. board at 21000 Haciendal Boulevard, California City, CA and on all official City bulletin boards Dated: September 16, 2024 - - DARYL A. BETANCUR, MMC City Clerk 4 CITY OF CALIFORNIA CITY SCHEDULE GENERAL FUND FISCAL YEARS 2021 -2025 ACCOUNTID 10-3110 Propertyl Tax 10-3130 Sales GUveT Tox 10-3140 FrenchiseFees 10-3145 Cannabis Cultivation Tax 10-3150 Transient Decupancy Tax 10-3160 Property Transfer Tax 10-3130 Cannabis Peralties AI Interest 10-3185 Cannabis Back Taxes Due 10-3210 Business! Ucensel Tax 10-3211 DSAfees 10-3218 Permit Fee 10-3220 Cannabis! Permits 10-3221 Bulding Permits 10-3226 fimPermits 10-3313 Motor Vehiclel Ucensel Fess 10-3314 Vuinteu Pvoperty) Tax 10-3318 Recycling Grant 10-3414 PlanCheck Fees 10-3415 Mapr MPublications 10-3416 Encroachment Permit 10-3418 Engineering Fees 10-3421 Poolg Marinal Foes 10-3422 Swimlessons 10-3435 Advertising Fees 103444. Admin FeeWastel Management $61,108.20 10-3445 Planc Check Reimb 10-3511 Vehide Code Fines 10-3512 Court Finms/Penaltes 10-3522 Vehiciek Impound Fees 10-3532 VacantProparty! Regiatration 10-3610 Recytling Event Revenue 10-3611 Fireworks Donations 10-3612 Investment Earings 10-3613 GP Donations 10-3621 Landl Lease (CallT Towers) 10-3624 Rentall Income 10-3628 Marinas Coneessions 10-3630 Special Activities 10-3631 Event Permits 10-3635 HolidayP Party 10-3645 Cannabis Community! Donation 10-1 3632 Admins Scheol Impact 10-3684 Admin-bldg Standards Fee 10-3656 Admin-ROPSSA 10-3688 CIRA LabityR Reimbsement 103 3659 Settiement Proceeds 103 3690 Cale Cardincentive 10-3691 Miscellansous! Hevenue 10-3971 Special TaxT TrlrPAR 10-3995 Cashv Variance ACCOUNTI ID Description 4111 Total Council 4131 Total CtyN Manager 4132 Total Cky Clerk 4141 Total Finance 4143 Totall Treasurer 4145 Totall Human Resources 4155 Totald Generald Government 4161 Total Facilities 4108 Total Bullding 4170 Total Planning 4171 Total Cannabls 4175 Totall Planning Comm 4441 Total Garage 4560 Totall ParkiCemm 4161 Total Recreation/ Admin 4162 Total PoalaMarine 5117 Total PWA Admin Net Gain/(Loss) CB1 DEPARTMENTS 2024YTDActual Description 2021Y YIDActual 2022) VTDActval 2023 YTDActual 0630.24 2024Dudgeted $1,653,999.84 $1,858,569.1 10 $1,872,414.23 $2,395,441.31 $1,900,000.00 2,400,000.00 $644,370.32 $686,357.65 $731,055.11 $748,213.70 $780,000.00 $448,779.07 $482,793.15 $532,057.70 $547,210.60 $515,000.00 $84,260.25 $181,544.00 $192,696.68 $283,41919 $280,000.00 $70,605.3 $81,541.52 $60,963.32 $67,154.21 $67,026.80 $77,500.70 $55,753.62 $20,888.00 $997,015.00 $686,570.00 $407,522.50 $236,125.00 $400,000.00 $461,2649 $379,201112 $390,519.22 $521,963.94 $400,000.00 $777,020.04 $845,940.16 $985,936.06 $1,126,636.08 $996,000.00 1,150,000.00 dant 800,000,00 550,000.00 450,000.00 10,000.00 70,000.00 450,000.00 3,000.00 500,000.00 69,000.00 2,000,00 25,000.00 250,000.00 550,000.00 1,000.00 19,000.00 5,000.00 200,000,00 100.00 30,000.00 150,000.00 1000,00 2,000.00 1,000.00 67,000,00 55,000.00 6,500.00 4,000.00 1,500.00 500.00 6,500.00 20,000,00 15,500.00 5,000,00 400.00 4,000.00 1,000.00 4,00000 100.00 75,000.00 3,000.00 8,000.00 10,000.00 /DUDGIT 500,000.00 20,000.00 15,000.00 170,000.00 (10,000.00) (10,000.00) (170,000.00) 1,500,00 12,000.00 (41,000.00) (150,000.00) 150,000.00 3,00000 154,000,00 5,000.00 125,000.00 a,00000 60,000.00 500.00 1,000.00 (1,000.00) 55,000.00 (2,000.00) (100.00) 6,500.00 1,300.00 (900.00) (,000.00) 500.00 (4,000.00) 11,000.00) (10,000.00) 876,100.00 BUDGET (200.00) (6,600.00) 49,400.00 (31,000.00) 25,400.00 (803,050.00) (46,700.00) 59,150.00 (87,250.00) (1,500.00) (18,550.00) (485,850.001 (38,000.00) (125,600.09) $86,374.42 $101,830.17 $1,743.96 $37,913.30 $15048 $680,00 $10,38616 $16,312.32 $5,000.00 $110,381.96 $233,483.77 $51.25 $5,549.60 $64,564.20 51,949.45 $6,62608 $1,310.05 $2,55500 $360.00 $5,155.25 $2,045.00 $14,64966 $10,000.00 $16,981.73 $265.00 $75.00 $0.00 $2,500.00 $37,053.47 $52189 $762,702.00 $2,594.24 $4,724.10 $162,956.04 $28,581.04 $54.00 $93427.67 $70,750.99 $029.76 $7,257.16 $75,40698 $500,000.00 $1,122.48 $2,448.00 $952.00 $886.00 $15,380.61 $18,545.43 $5,000.00 $66,395.19 $153,871.22 $10.50 $750 $21,500.00 $37,01200 $85,065.50 $167,249.59 $2,677.73 $3,139.55 $0.00 $2,302.00 $1,837.82 $0.00 $66,960.95 $66,974.60 $100,758.6a $54,724.50 $5,125.90 $6,65164 $5,58695 $3,081.67 $1,495.00 $1,731.00 $480.00 $41200 $6,104.15 $6,007.59 $2,260.00 $0.00 $8,975.66 $23,077:21 $17,000.00 $7,90247 $19,930.78 $4,083.50 $5,127.25 $584.05 $387.95 $7,926.50 $3,745.00 $2,000.00 $1,000.00 $500.00 $0.00 $0.00 $8,15515 $9,860.55 $107,.90 $10210 50.00 $000 $1,470.2 $2,494.02 $92,88949 $119,62034. $19,974.89 $9,601.81 $120.00 $0.00 2024VIDActual 35,960.04 22,916.23 98,014.29 36,916.96 116,604.32 182,780.91 332,065.00 387,217.14 6,966.04. 6,877.84 287,11011 199,120.89 139,000.00 335,789.55 352,542.59 357,494.87 279,412.39 597,949.21 176,070.13 68,402.84 45,707.61 5,69694 7,994.56 51,312.51 20,428.04 1,4762a 1472.85 460,76884 554,586.57 762,600.00 19,159.73 40,637,83 105,654.60 46,372.94 162,600.00 $98,000.00 $80,000.00 $1,500.00 $53,000.00 $2,000.00 $66,000.00 $1,000.00 $16,000.00 $0.00 $75,000.00 $100.00 $22,000.00 $00,000.00 $2,500.00 $1,000.00 $2,000.00 $67,000.00 $0.00 $6,500.00 $6,000.00 $1,400.00 $500.00 $0.00 $0.00 $20,000.00 $0.00 $14,200.00 $5,000.00 $1,300.00 $8,000.00 $500.00 $0.00 $0.00 $12,000.00 $100.00 $75,000.00 $0.00 $0.00 $4,000.00 $8,000.00 $20,000.00 $0.00 10-3175 Cannabis Non Cultivation Tax $1,040,575.33 $901,551.01 $409,122.85 $400,995.78 $620,000.00 $2,155.16 $85.20 $1,555.00 $o.00 $74.75 $8,800.00 $62,714.05 $4,865.50 $2,030.50 $3,356.33 $61,108.20 $50,623.13 $2,649.63 $1,734.00 $280.00 $5,015.30 $400.00 $41,934.70 $7,529.93 $7,093.50 $1,704.09 $9,425.00 $2,500.00 $3,310.00 $1,500.00 $17,936.74 $262.00 $0.00 $1,457.06 $19,013.66 $1,998.89 $46,935.30 $52,492.78 $63,06250 $64,527.50 $14,834.48 $122,247.98 $50,663.00 Total GeneralF Fund Revenue 7,631.585.98 7,077,407.63 G,456.09543 7,357,765.74 7,171,000.00 8,047,100.00 7025Pruposad 20241 Budgetedl madgt 27,300.00 27,100.00 40,100.00 73,500.00 190,200.00 239,600,00 511,800.00 480,800.00 7,300.00 7,300.00 214,400,00 175,50.00 72,300,00 320,600.00 273,900.00 355,800.00 414,950.00 167,850.00 130,600.00 13,600.00 12,100.00 65,600.00 47,050,00 6,100,00 6,100,00 277,250.00 73,200.00 35,200.00 37,000.00 2071VTDA Actual 2022 VIDA Actual 2023 YIDA Actual 06.30.24 54,419.06 104,265.86 211,647.47 355,282.85 a,339.31 150,751.21 407,460.73 178,271.49 269,043.58 131,407,41 4,73733 41,111.03 669.28 189,063.30 8,158.35 19,109.A2 23,903.23 65,894.09 102,252.23 272,808.66 6,971.31 161,665.62 344,603.66 393,032.33 596,936.93 164,511.18 4,362.48 50,573.80 2,384.21 313,490.74 40,304.90 6,A18.54 2,432,600.90 1,044,46134 2,656,64211 4,078,566.03 3,738,000.00 2,498,80000 (1,234,200.00) Total GeneralFund Expense. 4,567,828.47 5,580,136.40 5,518,707.28 6,639,691.51 7,047.000.00 4,847,950.00 (2,199,050.00) 1,063,757.51 1,497,271.23 937,388.15 718,074.23 124,000.00 3,199,150.00 - a de g 18 0 25 3 GBA FORS COUNCIL AGENDA ITEM September 17, 2024 PREPARED BY: Acting City Manager, Latisha Lamberth SUBJECT: Fund Nation Contract BACKGROUND: DISCUSSION Council requested staff bring a contract back for fund nation to partner with CAP. As you are aware, the CAP program has been instrumental in providing essential support and resources to our community, especially during these challenging times. In line with the city council's vision to enhance the impact of CAP, we are pleased to propose The proposed contract includes a detailed outline of the scope and objectives of Fund- Nation partnership, along with the roles and responsibilities of each party. We respectfully request the city council to kindly review the proposed contract and provide ac contract for collaboration between CAP and Fund-Nation. any feedback or suggestions for modification, if needed. FISCAL IMPACT Ao one-time, non-refundable sign-on fee of $3,500, payable upon execution of this Agreement and required to be received by the Consultant in order As success fee of 6% oft the total amount of grants secured by the Consultant for California City during the first year of this Agreement. The success fee shall be calculated based on the gross amount of funds awarded and shall be payable to the Consultant within 15 days of California City's receipt of the award letter or confirmation of a successful to commence services. grant application. 1 COUNCIL OPTIONS City Council approves the contract. City Council continues discussion the contract City Council takes no further action. RECOMMENDATION Staff recommends the City Council approves this contract. 2 CITYOFCALIFORNIA CITY PROFESSIONAL GRANT WRITING SERVICES AGREEMENT 1. PARTIES AND DATE. This Agreement is made and entered into this day of 2024, by and between the City of California City, a municipal corporation, organized under the laws ofthe State of California, with its principal place of business at 21000 Hacienda Blvd., California City, CA 93505 ("City"). and Fund- Nation, a California LLC with its principal place ofbusiness at 5630 Venice Blvd, Suite 772, Los Angeles, CA 90019, a virtual address ("Consultant"). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 Consultant. Consultant desires to perform and assume responsibility for the provision of certain professional grant research and writing services required by the City on the terms and conditions set forth in this Agreement. Consultantrepresentst that iti ise experienced inj providing professional grant rescarch and writing services to public clients, is licensed in the State of California, and is familiar with the plans ofCity. 2.2 Project. City desires to engage Consultant to render such professional grant research and writing services. These services aim to identify, apply for, and secure grant funding to support City's mission and goals, including expanding funding sources, improving digital presence, and offering educational workshops. ("Project") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Consultant promises and agrees to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional grant research and writing services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from August 2024 to July J,2 2025, unless earlier terminated as provided herein. Consultant shall complete the Services within the term oft this Agreement, and shall meet any other established schedules and deadlines. 3.2 Responsibilities ofConsultant. 3.2.0 Independent Contractor: Control and Payment of Subordinates. The Services shall be performed by Consultant or under its supervision. Consultant will determine the means, methods and details of performing the Services subject to the requirements ofthis Agreement. City retains Consultant on an independent contractor basis and not as an employee. Consultant retains the right to perform similar OMLO: October 2018 or different services for others during the term oft this Agreement. Any additional personnel performing the Services under this Agreement on bchalfofConsultant shall also not be employees ofCity and shall at all times be under Consultant's exclusive direction and control. Neither City, nor any of its officials, officers, directors, employees or agents shall have control over the conduct of Consultant or any of Consultant's officers, employees, or agents, except as set forth in this Agreement. Consultant shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Consultant shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated 3.2.1 Schedule of Services. Consultant shall perform the Services expeditiously, within performance to meet the Schedule of Services. be subject to the approval ofCity, 3.2.2 Conformance to Applicable Requirements. All work prepared by Consultant shall 3.2.3 Substitution of Key Personnel. Consultant has represented to City that certain key personnel will perform and coordinate the Services under this Agreement. Should one or more of such personnel become unavailable, Consultant may substitute other personnel ofat least equal competence upon written approval of City, In the event that City and Consultant cannot agree as to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause, As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City, The key personnel for performance oft this Agreement are as follows: City Manager, or her designee, to act as its representative in all matters pertaining to the administration and performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for review and approval of all products submitted by Consultant but not the authority to enlarge the Scope of Work or change the total compensation due to Consultant under this Agreement. The City Manager shall be authorized to act on City's behalf and to execute all necessary documents which enlarge the Scope of Work or change the Consultant's total compensation subject to the provisions contained in Section 3.3ofthis Agreement. Consultant shall not accept direction or orders from 3.2.4 City's Representative. The City hereby designates Latisha Lamberth, Acting any person other than the City Manager, City's Representative or his/her designee. 3.2.5 Consultant's Representative. Consultant hereby designates Megan Pater, or her designee, to act as its representative: for the performance ofthis AgremetComsulants Representative"). Consultant's Representative shall have full authority to represent and act on! behalfofthe Consultant forall purposes under this Agreement. The Consultant's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be responsible fora all means, methods, techniques, sequences, and procedures and fort the satisfactory coordination ofa all portions ofthe Services under this Agreement. performance of Services and shall be available to City's staff, consultants and other staff at all reasonable 3.2.6 Coordination of Services. Consultant agrees to work closely with City staffi in the times. 2 OMLO: October 2018 3.2.7 Standard of Care: Performance of Employees. Consultant shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals int the same discipline int the State ofCalifornia. Consultant represents and maintains that it is skilled in the professional calling necessary to perform the Services. Consultant warrants that all employees and subconsultants shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant represents that it, its employees and subconsultants have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Consultant shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Consultant's failure to comply with the standard of care provided for herein. Any employee oft the Consultant or its sub-consultants who is determined by the City tol be uncooperative, incompetent, a threat to the adequate or timely completion ofthe Project, at threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant and shall not compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services, including all Cal/OSHA requirements, and shall give all notices required by law. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If Consultant performs any work knowing it to be contrary to such laws, rules and regulations, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend, indemnify and hold City, its officials, directors, officers, employces, agents, and volunteers free and harmless, pursuant to the indemnification provisions ofthis Agreement, from any claim or liability arising ber re-employed to perform any ofthe Services or to work on the Project. 3.2.8 Laws and Regulations. Consultant shall keep itself fully informed of and in out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance. The Consultant agrees to procure and maintain the following insurance 3.2.10 General Liability Insurance: The Consultant shall maintain Commercial General coverage during the term oft this Agreement: Liability Insurance, providing coverage for bodily injury, property damage, and personal injury arising out of or in connection with the services provided under this Agreement, with a minimum coverage per occurrence. 3.2.11 Professional Liability Insurance (Errors and Omissions): The Consultant shall maintain Professional Liability Insurance, covering claims arising out of negligence, errors, omissions, or wrongful acts committed in the performance of professional services under this Agreement, with a minimum coverage amount per occurrence. 3.2.12 Workers' Compensation Insurance: Ifthe Consultant employsany personnel in the performance of this Agreement, the Consultant shall maintain Workers' Compensation Insurance as required by applicable state law, covering all such employees for work-related injuries or illnesses. and agree that their respective roles as grant-writing consultants to California City are complementary and intended to be cooperative rather than competitive. As such, the Parties shall collaborate in good faith to ensure the successtul identification, application, and execution of grant opportunities for California City, Each Party shall be responsible for their designated tasks as outlined int this Agreement and any subsequent work orders, with the understanding that such tasks will be performed in a manner that supports and does 3.2.13 Non-Competition and Cooperative Engagement. Clause: The Parties acknowledge not interfere with or undermine the efforts of the other Party, 3 OMLO: October 2018 The Parties agree to regularly communicate. and coordinate their activities to avoid duplication of efforts and to maximize the effectiveness of the grant-seeking process. In the event of any potential overlap or conflict in responsibilities, the Parties shall promptly confer to resolve such issues in a manner that aligns Further, California City agrees to actively facilitate and enforce cooperation between the Parties, ensuring that both consultants are fully integrated into the grant-seeking process, with clear delineation of with the best interests of California City. responsibilities toj prevent any unnecessary competition or conflict." Fees and Payments. 3.2.14 Compensation. Consultant shall receive compensation, including authorized reimbursements, forall Services rendered under this Agreement at the rates set forth in) Exhibit "C" attached hereto and incorporated herein by reference. Extra Work may be authorized, as described below, and if which indicates work completed and hours of Services rendered by Consultant. The invoice shall describe the amount of Services provided since the initial commencement date, or since the start oft the subsequent billing periods, as appropriate, through the date ofthe invoice. City shall, within 30 days ofreceiving such invoice, review the invoice and pay all non-disputed and approved charges thereon. Ifthe City disputes any ofConsultant's foes, the City shall give written notice to Consultant within thirty (30) days of receipt authorized, will be compensated at the rates and manner set forth in this Agreement. 3.2.15 Payment of Compensation. Consultant shall submit to City a monthly invoice of an invoice ofany disputed fees set forth therein. 3.2.16 Reimbursement for Expenses. Consultant shall not be reimbursed for any 3.2.17 Extra Work. At any time during the term ofthis Agreement, City may request that expenses unless authorized in writing by City, or included in Exhibit "C" ofthis Agreement. Consultant perform Extra Work. As used herein, "Extra Work" means any work which is determined by City to be necessary for the proper completion of the Project, but which the Parties did not reasonably anticipate would be necessary at the execution of this Agreement, Consultant shall not perform, nor be 3.1.2, the rate set forth in Exhibit "C" may be adjusted each year at the time of renewal as set forth in compensated for, Extra' Work without written authorization from the City, 3.2.18 Rate Increases. In the event that this Agreement is renewed pursuant to Section Exhibit "C." 3.3 General Provisions. 3.3.1 Termination of Agreement. 3.3.1.1 Grounds for Termination: The City can terminate this Agreement, in whole or inj part, at any time without cause by providing the Consultant with at least 30 days' written notice. Upon termination, the Consultant will be paid for services that have been adequately provided up to the termination date, and no further compensation will be due. The Consultant cannot terminate this Agreement require the Consultant to submit all completed or incomplete documents, data, and other materials related to the services provided under this Agreement. The Consultant must deliver these within 15 days of the unless there is a valid cause. 3.3.1.2 Effect of Termination: If the Agreement is terminated, the City may City's request. 4 OMLO: October 2018 3.3.1.3 Additional Services: Ifthe Agreement is terminated, the City may scck similar services elsewhere. The City's ability to directly contract with the Consultant's associates or subcontractors is restricted until 2 years after the expiration of this Agreement. The City can hire an associate or subcontractor as a full-time, permanent employee after conducting a recruitment process and the associate or subcontractor has worked 960 hours for the City. For part-time employment, the associate ors subcontractor: must havealsoworkeds 9601 hours, and the City must paya a 5%1 fce based on theirs annualized wages to the Consultant. Ifthe City hires them through another agency, the City agrees to payal 10% fee to Agreement shall be given to the respective parties at the following address, or at such other address as the the Consultant. 3.3.1.4 Delivery of Notices. All notices permitted or required under this respective parties may provide in writing for this purpose: Consultant: Fund-Nation, LLC 5630 Venice Blvd, Suite 772, Los Angeles, CA 90019 ATTN: Megan Pater, President & CEO City of California City 21000 Hacienda Blvd, California City, California 93505 ATTN: City Manager City: Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless oft the method ofservice. 3.3.2 Ownership of Materials and Confidentiality. 3.3.2.1 Documents & Data: Licensing ofl Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents &I Data"). Consultant shall require all subconsultants to agree in writing that City is grantedamon-exclusive and perpetual license for any Documents & Data the subconsultant prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City, City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent ofCity, be used by Consultant for any purposes other than the performance ofthe Services. Nor shall such materials be disclosed to any person or entity not connected with the performance of the Services or the Project. Nothing furnished to Consultant which is otherwise known to Consultant or is within the purposes intended by this Agreement shall be at City's sole risk. 3.3.2.2 Confidentiality. All ideas, memoranda, specifications, plans, 5 OMLO: October 2018 generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City's name or insignia, photographs ofthe Project, or any publicity pertaining tot the Services or the Project in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent ofCity. 3.3.2.3 Confidential Information. The City shall refrain from releasing Consultant's proprietary informationçProprictay Information"unless the City's legal counsel determines that the release of the Proprietary Information is required by the California Public Records Act or other applicable state or federal law, or order ofa court of competent jurisdiction, in which case the City shall notify Consultant ofitsi intention to release Proprietary Information. Consultant shalll have five (5), working days after receipt oft the Release Notice to give City written notice of Consultant's objection to the City's release of Proprietary Information. Consultant shall indemnify, defend and hold harmless the City, and its officers, directors, employees, and agents from and against all liability, loss, cost or expense (including attorney' 's fees) arising out ofal legal action brought to compel the relcase ofl Proprietary Information. City shall not release the Proprietary Information after receipt of the Objection Notice unless either: (1) Consultant fails to fully indemnify, defend (with City's choice of legal counsel), and hold City harmless from any legal action brought to compel such release; and/or (2)at final and non-appealable order by a court ofcompetent, jurisdiction requires that City release such information. 3.3.3 Cooperation: Further Acts. The Parties shall fully cooperate with one another, and 3.3.4 Attorney's Fees. Ifeither party commences an action against the other party, either shall take any additional acts or sign any additional documents as may, be necessary, appropriate or legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party ins such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and convenient to attain the purposes ofthis Agreement. all other costs of such action. 3.3.5 Indemnification. 3.3.5.1 Scope cofIndemnity To the fullest extent permitted by law, Consultant shall defend (with counsel reasonably approved by the City), indemnify and hold the City, its officials, officers, employees, agents and volunteers free and harmless from any and all claims, demands, causes of action, suits, actions, proceedings, costs, expenses, liability.judgments, awards, decrees, settlements, loss, damage or injury of any kind, in law or equity, to property or persons, including wrongful death, (collectively, "Claims') in any manner arising out of, pertaining to, or incident to any alleged acts, errors or omissions, or willful misconduct of Consultant, its officials, officers, employees, subcontractors, consultants or agents in connection with the performance of the Consultant's services, the Project or this Agreement, including without limitation the payment ofall consequential damages, expert witness fces and attorneys" fees and other related costs and expenses. Notwithstanding the foregoing, to the extent Consultant's: services are subject to Civil Code Section 2782.8, the above indemnity shall be limited, to the extent required by Civil Code Section 2782.8, to Claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, ifany, received by the City, its officials, officers, employees, law, Consultant shall defend, with counsel of City's choosing and at Consultant's own cost, expense and risk, any and all claims, suits, actions or other proceedings of every kind covered that may be brought or instituted against City or its directors, officials, officers, employees, volunteers and agents. Consultant shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, agents or volunteers. 3.3.5.2 Additional Indemnity Obligations. To the fullest extent permitted by 6 OMLO: October 2018 officials, officers, employces, volunteers and agents as part of any such claim, suit, action or other proceeding. Consultant shall also reimburse City for the cost ofany settlement paid by City or its directors, officials, officers, employees, agents or volunteers as part of any such claim, suit, action or other proceeding. Suchreimbursement shall include payment for City'sattorney's: fees and costs, including expert witness fees. Consultant shall reimburse City and its directors, officials, officers, employees, agents, and/or volunteers, for any and all legal expenses and costs incurred by each oft them in connection therewith or in enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents, or with respect to the subject matter hercof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. volunteers. 3.3.6 Entire Agreement. This Agreement contains the entire Agreement of the parties 3.3.7 Governing Law. This Agreement shall be governed by the laws of the State of 3.3.8 Time of Essence. Time is of the essence for each and every provision of this 3.3.9 City's Right to Employ Other Consultants. City reserves right to employ other 3.3.10 Successors and Assigns. This Agreement shall be binding on the successors and 3.3.11 Assignment or Transfer. Consultant shall not assign, hypothecate, or transfer, California. Venue shall be in Kern County. Agreement. consultants in connection with this Project. assigns of the parties. either directly or by operation oflaw, this Agreement or any interest herein without thej prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason ofsuch attempted assignment, hypothecation or transfer. participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Consultant include all personnel, employces, agents, and subconsultants ofConsultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employces, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and case of reference only, and do not define, limit, augment, or describe 3.3.12 Construction: References: Captions. Since the Parties or their agents have the scope, content, or intent of this Agreement. 3.3.13 Amendment: Modification. No supplement, modification, or amendment of this 3.3.14 Waiver. No waiver of any default shall constitute a waiver of any other default or Agreement shall be binding unless executed in writing and signed by both Parties. breach, whether of the same or other covenant or condition. No waiyer, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise, 3.3.15 No Third-Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 7 OMLO: October 2018 3.3.16 Invalidity: Severability, If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making oft this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term ofthis Agreement, no member, officer or employee ofCity, during the term ofhis or her service with City, shall have any direct interest in this Agreement, or continue in full force and effect. 3.3.17 Prohibited Interests. Consultant maintains and warrants that it has not employed obtain any present or anticipated material benefit arising therefrom. 3.3.18 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subconsultant, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non- discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action oft the provisions of Section 3700ofthe California Labor Code which require every employer to bei insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance Plan or other related programs or guidelines currently in effect or hereinafter enacted. 3.3.19 LaborCertification. By its signature hereunder, Consultant certifies that iti is aware oft the Services. 3.3.20 Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind cach respective Party, 3.3.21 Counterparts. This Agreement may be signed in counterparts, each ofwhich shall constitute an original. OMLO; October 2018 CITY OF CALIFORNIA CITY Fund-Nation, LLC By: By: Latisha Lamberth Acting City Manager Megan Pater, President & CEO ATTEST: By: Daryl A. Betancur, MPA, MMC City Clerk APPROVED ASTO FORM: By: Victor M. Ponto City Attorney OMLO: October 2018 EXHIBIT "A" SCOPEOF! SERVICES 1. Grant Opportunity Research Collaborate with the Client and the existing grant writing consultants oft the City to Conduct targeted research toi identify state and local government grant opportunities. Expand the search to include grants offered by national endowments; foundations, develop a: strategic grant development plan. and corporations. 2. Proposal Development Assist in gathering and compiling necessary data and documentation for grant Write persuasive and comprehensive grant proposals. Ensure applications comply with funders' guidelines and deadlines. Proofread and edit final grant proposals before submission. applications, 3. Post-Submission Support (Optional) Provide support, such as answering grant reviewer questions and addressing follow- up requirements. 4. Educational Workshops and Webinars Offer free educational workshops and webinars throughout the month at the Contractor's discretion. OMLO: October 2018 EXHIBIT "B" SCHEDULEOF: SERVICES Month 1: August Focus: Planning and Retail Grants Activities: Identify retail grants, update existing proposals, and network with potential funders. Month 2: September Focus: Bank Connections and Giving Tuesday Preparation Activities: Engage with banks, plan Giving' Tuesday, refresh social media, and increase community outreach. Month 3: October Focus: Bank Deadlines and Strategic Alliances Activities: Submit bank grant applications, strengthen alliances, finalize Giving' Tuesday strategy, and gather success stories. Month 4: November Focus: Giving Tuesday and Annual Review and prepare annual reports. Activities: Execute the Giving Tuesday campaign, review grant submissions, collect impact stories, Month 5: December Focus: Season of Major Gifts successful projects. Month 6: January Activities: Target major gifts, utilize December grant strategies, engage with donors, and highlight Focus: Strategic Planning and Outreach Activities: Set clear grant goals, research potential grants, network, draft initial proposals, and organize documents. Month 7: February Focus: Bank Grants monitor deadlines. Activities: Identify bank grants, submit applications, refine proposals, attend workshops, and Month 8: March 2 OMLO: October 2018 Focus: Foundation Grants Activities: Identify foundations, customize applications, seek endorsements, review past applications, and engage with foundation representatives. Months 9 to 11: April to June Focus: Diverse Opportunities and Federal Grants applications, and seek feedback. Activities: Research various grants, prepare federal applications, assemble a grant team, track Month 12:July Focus: Community Initiatives and Local Grants Activities: Apply for local grants, engage with communities, highlight local impact, and participate in local events. 3 OMLO: October 2018 EXHIBIT "C" COMPENSATION In consideration of the services to be provided by the Consultant under this Agreement, California City agrees to compensate the Consultant as follows: 1. Sign-on Fee: Aone-time, non-refundable sign-on fee of$3,500, payable upon execution oft this Agreement and required to be received by the Consultant in order to commence This amount will be allocated towards the onboarding of California City as a new client, including but not limited to initial consultations, strategic planning, project setup, staff allocation, necessary software, and coordination with the existing services. grant-writing consultant. 2. Success Fee: As success fee of 6% ofthe total amount of grants secured by the Consultant for The success fee shall be calculated based on the gross amount of funds awarded and shall be payable to the Consultant within 15 days of California City's receipt ofthe award letter or confirmation of a successful grant application. California City during the first year oft this Agreement. In the event that this Agreement is renewed pursuant to Section 3.1.2, the rates set forth above may be increased each year at the time of renewal upon agreement by both parties. 633 OB COUNCIL AGENDA ITEM September 17, 2024 PREPARED BY: Acting City Manager, Latisha Lamberth SUBJECT: Airport Management Contract BACKGROUND: DISCUSSION After careful consideration, council approved Tech 45 to assist the City with operations and maintenance. This partnership has been long-awaited and highly anticipated by our community. Having Tech 45 oversee operations and maintenance of the airport under the direction of the city will undoubtedly bring numerous benefits to our beloved city. Tech 45's expertise and experience in the aviation industry make them well-suited for the task of managing our airport. Under their guidance, lam confident that our airport will thrive and provide top-notch services to the community. We are now respectfully requesting that the council review and approve the finalized agreement between Tech 45 and the city. With your approval, we can move forward with implementing the contract and working towards the mutual goal of maintaining a well-functioning airport for the benefit of our citizens. FISCAL IMPACT A. The fees fort the above services willl be paid out of Professional Services 53- 5310-310 and will be supplemented by the vacated airport manager position. The compensation payable to Tech 45 pursuant to the obligations and work to be performed under this Agreement shall be Six Thousand Six Hundred Sixty-Six and 67/100 Dollars ($6,666.67) monthly payable on the first of each month that services are to be rendered. The management fee shall be exclusive of applicable gross receipts taxes, and exclusive of costs and expenses of Airport operations and maintenance which are reimbursable to the Tech 45 as set forth herein. 1 COUNCIL OPTIONS City Council approves the contract. City Council continues discussion the contract City Council takes no further action. RECOMMENDATION Staff recommends the City Council approves this contract. 2 AIRPORT MANAGEMENT AGREEMENT For the Operation and Maintenance of the California City Municipal Airport This Airport Management Agreement (this "Agreement") for the Operation and Maintenance of the California City Municipal Airport ("AIRPORT") is executed as of and made CALIFORNIA CITY, a California municipal corporation, whose address is 21000 Hacienda Boulevard, California City, California, 93505 (the "City"). and TECH 45 AIRPORT MANAGEMENTÇ'AIRPORIMANAGER for the operation andi mMineaneofUeAIRPOKT: The CITY and the. AIRPORTI MANAGER do hereby agree and state as follows: effective as of 2024 (the "Effective Date") by and between the CITY OF WHEREAS, the CITY owns and operates the AIRPORT consisting ofa approximately two hundred forty-five (245) acres in size, located at 22636 Airport Way, California City, County of Kern, State ofCalifornia and designated by the Federal Aviation. ameRCtAX)8T7T7 and WHEREAS, the CITY and the AIRPORT MANAGER desire to enter into this Agreement under which the AIRPORT MANAGER shall operate and maintain the AIRPORT under the direction ofthe CITY for the period set forth in Section 1c ofthis Agreement; NOW, THEREFORE, in consideration of the terms and conditions listed hereinafter, the parties hereto desire to set forth herein their respective covenants and obligations with regard to the duties, responsibilities and compensation and other considerations of the AIRPORT MANAGER, all as set forth hereafter: Section 1. Term and Amount A. Term. This Agreement shall be for a period of one (1) year, beginning on 2025 ("Contract End Date"), unless extended further by written agreement of the Management Fee. The compensation payable to AIRPORT MANAGER pursuant to the obligations and work to be performed under this Agreement shall be Six Thousand Six Hundred Sixty-Six and 67/100 Dollars ($6,666.67) monthly payable in arrears on the fifteenth of cach month following the month in which services were rendered. The management fee shall be exclusive ofa applicable gross receipts taxes, and exclusive of costs and expenses of Airport operations and maintenance which are reimbursable to the AIRPORTI MANAGER as set forth herein. Section 2. Duties and Responsibilities of AIRPORT MANAGER 2024 and expiring at 12:01 a.m. local time on CITY and AIRPORT MANAGER. B. The AIRPORT MANAGER shall operate and maintain the Cal City Municipal Airport as set A. The AIRPORT MANAGER shall operate and maintain the AIRPORT using guidelines in accordance with the regulationsofthel FAA, all grant agreements and forth herein: any and all grant assurances thereto, FAA Order 5190.6B, directives and orders of the FAA, the State ofCalifornia, and the CITY. B. AIRPORT MANAGER shall maintain separate financial accounting records to properly record and categorize expenses incurred in connection with this Agreement on a basis that is consistent with Generally Accepted Accounting MarcA4.mlfanas detail to assure the CITYofthes safeguarding of the assets being managed, and in accordance with the standards required by applicable federal and State regulations. CITY or its agent shall have the right, at CITY's expense and at reasonable times upon prior notice to AIRPORT MANAGER, to examine the books and records of AIRPORT MANAGER with C. AIRPORT MANAGER shall at all times comply, and shall use reasonable efforts to cause all users of the Airport to comply, with all applicable laws, all regulations imposed by and all other matters relating to the FAA that affect the Airport, Airport grant assurances, and any other rules or regulations imposed by governmental D. The AIRPORT MANAGER shall be responsible for safety and security of the AIRPORT. The AIRPORT: MANAGER shall be responsible forh hiring, supervising and adequately training any employees needed to operate the AIRPORT to ensure E. The AIRPORT MANAGER shall assume all of the existing obligations of the CITYunder grant agreements, grant assurances thereto, and, as appropriate, surplus and non-surplus property deeds, AIRPORT MANAGER shall agree to the grant assurances applicable to: a private AIRPORTMANAGER for any future grants, but initially will also be obligated to comply with the public AIRPORT MANAGER's assurances as long as they would have been in effect for the CITYifthe CITY were operating the AIRPORT. City and AIRPORT MANAGER agree that any federal or state funds received shall be disbursed and accounted for in accordance with the terms and conditions of the applicable grant or loan program, and that federal procurement requirements will be followed with respect to any federal funds used respect thereto. agencies with jurisdiction over the Airport, including the CITY. its safe operation. for the. AIRPORT. F. The AIRPORT MANAGER shall operate and maintain the AIRPORT for the safe use and benefit oft the public; the AIRPORT MANAGER shall make available all AIRPORT facilities and services (runways, taxiways, ramp, pilot facilities, parking) on fair and reasonable terms and without discrimination, and shall grant rights and privileges for the use of the aeronautical facilities at the, AIRPORT1 to all qualified G. The AIRPORTMANAGER shall close the airport ifitisd deemed that an emergency exists justifying closure, notify the FAA of the closure immediately, clearly designating the closure with markings, signs and devices consistent with FAA regulations, cooperate fully with the FAA and the California Department of persons and companies. 2 Transportation and, as appropriate, with the National Transportation Safety Board ("NTSB") on accident investigations, immediately notify emergency response entities of the emergency, and work to clear the incident, repair any damage, and re-open the airport only when safe. H. The AIRPORT MANAGER shall represent the CITY at construction meetings, permitting meetings, meetings with the FAA, meetings with the airport's engineer, meetings with thej public, meetings with the Department ofTransportation: and such other AIRPORT-related meetings at such times and places as the ass may request. The AIRPORT MANAGER shall serve as the point of contact for airport business as designated by the CITY, but shall not have this responsibility with respect to grants ofthe FAA or the California Department ofTransportation. The AIRPORT MANAGER shall work with designated City Staff to prepare the annual budget for the AIRPORT and assist with the management of the budget Participation may be in-person or by teleconference. I. J. during fiscal year. K. The AIRPORT MANAGER shall, along with the CITY'S ongoing marketing and economic development efforts, market the AIRPORT to potential tenants, aviation L. The AIRPORT MANAGER shall consult frequently and as needed with the CITY by phone, in-person, or in writing concerning pending issues and matters of business at the AIRPORT and may be required from time to time attend regular staff meetings of CITY staff: and regular meetings oft the CITY Commission. M. The AIRPORT MANAGER shall, along with the CITY, develop and put in place airport rules and regulations consistent with FAA Order 5190.6B. N. Consistent with Grant Assurance No. 24 (Fee and Rental Structure), the AIRPORT MANAGER shall be responsible to manage all revenue leases of AIRPORT property and shall maintain accurate and complete hangar rent receipt books. Revenue from leases of AIRPORT property shall be transmitted to the CITY monthly, and the CITY shall keep the revenue in a special fund dedicated to airport O. The AIRPORT MANAGER shall be responsible for all activities related to AIRPORTleases, including renewal, issuance of new leases, enforcement ofl lease obligations and enforcing airport rules and regulations on the activities of leases. The AIRPORT MANAGER shall be responsible for general enforcement of the airport rules and regulations on airport lessees, pilots and passengers, and any commercial service providers. The AIRPORT MANAGER shall not enter into leases permitting nonaeronautical use of any place on the property without FAA groups, and the general public. operations. concurrence. 3 P. The AIRPORTI MANAGER shall ensure that no single AIRPORT MANAGER has an exclusive right to use the facility pursuant to FAA Grant Assurance No. 24. Q. The AIRPORT MANAGER shall coordinate with and assist authorized R. The AIRPORTI MANAGER shall provide, ifcalled upon, information to the CITY Manager related to the operation of the AIRPORT that might be needed fore the CITY'S annual budget development process, and assist, if called upon, with questions related to airport operations and the airport budget or expenses that might arise as aj part oft the CITY'S or any funding source's annual audit ofthe AIRPORT. The AIRPORT MANAGER shall operate all equipment and property comprising the AIRPORT, including runways, taxiways, ramps, radio equipment, buildings, storage tanks, pumps, trucks, heavy equipment, mowers, airport lighting, airport signs and pavement markings, weather and navigational aids, parking lots and entry road (free of debris and snow), walkways, restroom facility, and other airport infrastructure, in good, safe and operational condition, so long as necessary maintenance or repair does not exceed the sum of $500.00 in which case the need commercial providers in their operations at the AIRPORT. S. shall immediately be reported to CITY management. CITY equipment as agreed to by the CITY. T. The AIRPORT MANAGER shall arrange for non-routine capital replacement of U. The AIRPORTI MANAGER shall prepare and submit all necessary documentation required for reimbursement for routine maintenance on CITY equipment at the AIRPORTthat: is] performed each month. The. AIRPORT MANAGER shall prepare a detailed invoice describing the maintenance performed, and the CITY shall reimburse the AIRPORT MANAGER for non-routine maintenance only after the CITY authorizes the AIRPORT MANAGER to perform the work. V. The AIRPORTMANAGER shall make recommendations to the CITY concerning capital facilities and equipment acquisition and replacement, and submit the W. The AIRPORT MANAGER shall make recommendations to the CITY concerning the acquisition ofr needed non-capital facilities, supplies, consumables and services, for which reimbursement is expected, and submit to the CITY from time-to-time as recommendations to the CITY on a quarterly basis. needed. X. The AIRPORT MANAGER shall cooperate with the CITY'S airport engineering firm with its long-term and infrastructure planning efforts and capital projects at the AIRPORT. Y. The AIRPORT MANAGER shall attend meetings of the Airport Advisory Board once established, in-person or by teleconference, and advise the CITY Manager on any items for discussion or business to include on the agenda; the AIRPORT MANAGER shall make presentations of interest which include the number of operations, fuel sold, passenger enplanements, airport planning and development, and other topics oftimely interest. Z. The AIRPORT MANAGER shall inspect the AIRPORT on a regular basis, including but not limited to runways, taxiways, ramps and parking areas, to ensure AA. The AIRPORT MANAGER shall regularly inspect fuel storage and dispensing equipment for leaks and safe operation, including dispensing vehicles, fuel farms, fuel pumps, and any variances from required safety and environmental standards shall immediately be reported to the owner oft the equipment and the CITY. BB. The AIRPORT MANAGER shall ensure prompt cleaning and removal of all foreign objects and debris, soil, stones, and otherl hazards tos ircraftoraviation from the AIRPORT is in safe condition for acronautical activities. the runways, taxiways, ramps, and aircraft parking areas. CC. The AIRPORTMANAGER shall issue and cancel all required notices to the FAA, State and local authorities pertaining to airport operations and safety (NOTAMs). DD. The AIRPORT MANAGER shall not permit the use of the AIRPORT to be used for any illegal or unauthorized purpose, or any hangar, vehicle or equipment for EE. All CITY equipment shall remain on the AIRPORT and not be used for personal use or gain, or any purpose other than the operation of the AIRPORT and AIRPORT MANAGER's personnel shall be trained and, when appropriate, licensed and insured for the operation oftl the equipment they use. any illegal or unauthorized use. FF. The AIRPORT MANAGER shall perform all the tasks set forth herein under the GG. The AIRPORT MANAGER shall operate and manage the parking lot at the HH. The AIRPORT MANAGER owns sole rights to all processes, forms, procedures, advertising andi media produced and maintained for the AIRPORT other than those general supervision ofthe CITY. AIRPORT. required by local, State or federal regulations. I. The AIRPORT! MANAGER owns sole rights to all equipment and assets procured and paid for solely by Tech 45 Airport Management with its own funds. Section 3. Assignment or Sale A. The AIRPORT MANAGER shall not assign this Agreement or any right hereunder to any person, corporation, or association without the prior written approval of the CITY. The AIRPORT: MANAGER shall not sell or transfer this Agreement to any person, corporation, or association, without the prior written approval oft the CITY. 5 Any such assignment shall be grounds, at the option of the CITY, for the CITY to B. This Agreement may be terminated by either the CITY or the AIRPORT MANAGERiTeither fails to materially abide by the terms and conditions expressed herein, or by mutual agreement and consent of both parties in writing. Should the AIRPORT MANAGER file for bankruptcy or the AIRPORT MANAGER be deemed incompetent, or dissolve, this Agreement shall immediately terminate. In the event the AIRPORT MANAGER uses the CITY'S AIRPORT property for any illegal or unauthorized purpose, files for bankruptey, abandons or leaves the property vacant or unoccupied for fourteen (14) consecutive days, or violates any ofthe terms and conditions ofthis Agreement, the CITY has the right to terminate this Agreement and retake possession ofits AIRPORT property under the control C. Atthe termination ofthis Agreement (unless extended by actual written acceptance), either by normal expiration, premature termination, or mutual agreement, the AIRPORT MANAGER shall peaceably vacate the Airport. Any furniture or equipment entrusted to the AIRPORT MANAGER shall be returned to the CITY in the same condition as it was when issued, normal wear expected. immediately terminate this Agreement. and lease oft the AIRPORT MANAGER. D. The PARTIES HERETO may provide written notice to the other Party not less than sixty (60) days of their intention to not renew or terminate this Agreement under any circumstance. Section 4. Airport Manager. Insurance Requirements A. AIRPORT MANAGER shall, during the entire Term of this Agreement, maintain the following insurance, as an Airport operating expense to this Agreement, fort the mutual benefit of CITY and AIRPORT MANAGER, under policies naming CITY as an: additional insured, in: such amounts and kind as are reasonably satisfactory to CITY. The Parties agree that said coverage will include, at a minimum: 1, Airport Liability Insurance. A policy of airport liability insurance, providing coverage for, among other things, airport operations, blanket contractual liability, Airport, products/complcted operations, and personal Comprehensive Auto Liability Insurance. A policy of auto liability insurance endorsed for all owned, non-owned and hired vehicles with a combined single limit of at least One Million Dollars ($1,000,000). Workers' Compensation Insurance. A program of workers' compensation insurance in an amount and form to meet all applicable requirements of the Labor Code of the State of California, including employers' liability covering all persons providing services on behalf of AIRPORT MANAGER and all risks to such persons under this Agreement. injury coverage. 2. 3. 6 4. Builder's Risk Insurance. Before commencement of any demolition or construction work, AIRPORT MANAGER shall procure a policy of builder's "all risk" insurance including vandalism and malicious mischief coverage, in a form and with a company reasonably acceptable to CITY, covering improvements in place and all material and equipment at the. job site furnished under contract, but excluding contractor's, subcontractor's, and construction manager's tools and equipment and property owned by contractor's or subcontractor's employees ("Builder's Risk Insurance"), said insurance to be maintained in force until completion and acceptance of the work. B. Review of Insurance Requirements. The amount and types of insurance to be maintained pursuant to this. Agreement shall be reviewed by CITY and AIRPORT MANAGER at reasonable intervals to consider whether, in CITY's reasonable discretion, the amount of coverage shall be increased or decreased and whether the Policy Provisions. All insurance required under this Agreement shall be effected under valid enforceable policies issued by insurers ofrecognized responsibility and licensed to do business in the State of California. Such insurance shall be provided by a company (or companies) having a general policyholder's rating in Best's Rating Guide of A- or better. Certificates evidencing all such policies shall be delivered to CITY. AIRPORT MANAGER shall use its best effort to obtain insurance policies that contain language as follows: (i) a non- cancellation clause except upon no less than 30 days' prior written notice: (ii) a waiver by the insurer of the right of subrogation against CITY; and (iii) the policies are primary and noncontributing with any insurance that may be carried by AIRPORTMANAGER. All policies of insurance required herein shall name CITY and AIRPORT MANAGER as the insureds as their respective interests may appear. Subject to the provisions and limitations herein set forth, all Builder's Risk Insurance policies shall also provide, ifrequired by either Party hereto, for any loss thereunder to be payable to any mortgagee as their respective interests may appear, pursuant to a standard mortgagee clause or endorsement The loss, if any, under said Builder's Risk Insurance policies shall be adjusted by AIRPORTMANAGER with the insurance companies. Any loss paid under Builder's Risk Insurance to AIRPORT MANAGER shall be held by AIRPORT MANAGER in trust for application first to the restoration oft the Airport (with any balance remaining thereafter to become CITY'ssole property, subject, however, to the rights ofany mortgagee). AIRPORT MANAGER shall be entitled to maintain any of the insurance, required pursuant this Section 4, under a blanket policy or policies of insurance that covers other properties owned, leased and/or operated by AIRPORTMANAGER ori its affiliates, provided that no insurance required hereunder is limited, decreased or modified as a result thereof (whether as type ofcoverage should be modified. C. 1. 2. 3. 7 the result of any co-insurance, excess coverage or other term or provisions ofs such blanket policy). D. Waiver of Subrogation. AIRPORT MANAGER hereby waives its right tofrecovery against CITY for any loss covered by insurance policies required by this Agreement, to the extent oft the insurance coverage is actually provided thereby. Indemnification. AIRPORT MANAGER agrees to indemnify, defend, and save harmless, CITY,and CITY'sagents, officers, employees, and contractors from and against any and all claims, liabilities, expenses, damages, costs (including, but not limited to, litigation costs and attorneys' fees) arising from or connected to AIRPORT MANAGER's conduct, acts or omissions under this Agreement except to the extent those claims arise from the conduct, acts or omissions of CITY, its officers, agents, or employees. However, if the CITY consents to AIRPORT MANAGER's assignment of the AIRPORT MANAGER's interest in the Agreement, AIRPORT MANAGER has no obligation to indemnify, defend, or save harmless, CITY, or CITY's agents, officers, employees, and contractors from or against any and all claims, liabilities, expenses, damages, costs (including, but not limited to, litigation costs and attorneys' fees) arising from or related to the E. Agreement following such assignment date. Section 5. Termination A. This Agreement may be terminated prior to the Contract End Date by either the CITY or the AIRPORT MANAGER ifeither fails to materially abide by the terms and conditions expressed herein, or by mutual agreement and consent of both parties in writing. Should the AIRPORT MANAGER file for bankruptcy or the AIRPORT MANAGER be deemed incompetent, or dissolve, this Agreement shall immediately terminate. In the event the AIRPORT MANAGER uses the CITY'S AIRPORT property for any illegal or unauthorized purpose, files for bankruptcy, abandons or leaves thej property vacant or unoccupied for fourteen (14)consecutive days, or violates any oft the terms and conditions oft this Agreement, the CITY has the right to terminate this Agreement and retake possession of its AIRPORT property under the control and lease of the AIRPORT MANAGER. B. At thet termination ofthis Agreement (unless extended by actual written acceptance), either by normal expiration, premature termination, or mutual agreement, the AIRPORT MANAGER shall peaceably vacate the AIRPORT. Any furniture or equipment entrusted to the AIRPORT MANAGER shall be returned to the CITY in the same condition as it was when issued, normal wear expected. C. The Parties hereto may provide written notice to the other Party not less than sixty (60) days of their intention to not renew or terminate this Agreement under any circumstance. 8 Section 6. Notices A. Written Notices. All written notices or demands of any kind which either Party may be required or may desire to serve on the other in connection with this Operating Agreement must be served (as an alternative to personal service) by registered or certified mail, shall be deposited in the United States mail with postage thereon fully prepaid, and addressed to the Party to be served as follows: 1. Ifthe Party so to be served be City, address City at: City ofCalifornia City 210001 Hacienda Blvd California City, CA93505 Attention: City Manager 2. Ifthe Party so to be served be Operator, address Operator at: Tech 45 Airport Management LLC 19604 Brite Valley Road Tehachapi, CA 93561 Attention: Chad Andrew Rosacker B. Service. Each service of any such notice or demand so made by mail shall be deemed complete on the day ofactual delivery as shown by the addressee'sre registry orc certification: receipt, or at the expiration ofthe fourth day after the date ofmailing, Ifrequested in writing, any mortgagee may request (which request shall be made in the manner provided above, as between the Parties, and shall specify an address to which notices or demands shall be given or made) any such notice or demand also be given or made in the manner herein specified and contemporancously to Either Party may designate by notice, in writing and int the manner specified above, anew or other address to which such notice or demand shall thereafter be sO given whichever is earlier in time. such holder. or made, Section 7. Hazardous Substances A. Definitions. The following terms shall have the meanings set forthi in this paragraph: 1. Applicable Requirements shall mean all laws, rules, regulations, ordinances, directives, covenants, casements and restrictions of record, permits, the requirements of any applicable fire insurance underwriter or rating bureau, and the recommendations of CITY's engineers and/or consultants, relating in any manner to the Airport now in effect or which may hereafter come, into effect. 9 2. Hazardous Substance shall mean any product, substance, chemical, material or waste whose presence, nature, quantity and/or intensity ofexistence, use, manufacture, disposal, transportation, spill, release or effect, either by itself or in combination with other materials expected tol be on the AIRPORT,is either: (i) potentially injurious to the public health, safety or welfare, or the environment, or the AIRPORT; (ii) regulated or monitored by any governmental authority; or (iii) al basis forj potential liability ofCITY to any governmental agency or third party under any Applicable Requirements or common law theory. Hazardous Substance shall include, but not be limited to aviation fuel, hydrocarbons, petroleum products, gasoline, crude oil or Reportable Use shall mean the installation or use of any above or below ground (i) storage tank; (ii) the generation, possession, storage, use, transportation, or disposal ofa Hazardous Substance that requires a permit from, or with respect to which a report, notice, registration or business plan is required to be filed with, any governmental authority; and (iii) the presence in, on or about the AIRPORT of a Hazardous Substance with respect to which any Applicable Requirements require that a notice be given toj persons entering or occupying the Airport or neighboring properties. any products or by-products thereof. 3. B. AIRPORT MANAGER's Covenants. AIRPORT MANAGER, as an AIRPORT operating expense, shall comply with any and all the Applicable Requirements with respect to Hazardous Substances, including but not limited to the following: 1. California Health & Safety Code, Division 20, Chapters 6.5, Hazardous Waste Control (inclusive); 6.7, Underground Storage of Hazardous Substances (inclusive); and 6.95, Hazardous Materials Relcase Response California Code ofRegulations Title 22, Division 4.5; Title 23, Division 3, Chapter 16, Underground Storage Tank Regulations; and Plans and Inventory (inclusive); 2. 3. Title 6, Chapter 7, entitled "Hazardous Materials Disclosure", Fire Protection and Explosives and Hazardous Materials", and Title 6, Chapter 2, entitled "Waste Management" ofthe California City Municipal Code. AIRPORT: MANAGER shall not engage in, and: shall use best efforts to ensure that AIRPORT tenants and invitees do not engage in, any activity in or about the AIRPORT which constitutes a Reportable Use of Hazardous Substances without the express prior written consent ofCITY and compliance in a timely manner with all Applicable Requirements. Notwithstanding the foregoing, AIRPORT MANAGER may, without CITY's prior consent, but upon notice to CITY and in compliance with all Applicable Requirements, use any ordinary and customary materials reasonably required to be used by AIRPORT MANAGER in the normal course oft the use oft the AIRPORT, so long as such use is not al Reportable Use and 10 does not expose the. AIRPORT or neighboring properties to any meaningful risk of contamination or damage or expose CITY to any liability therefore. CITY may (but without any obligation to do so) condition its consent to any Reportable Use of any Hazardous Substance by AIRPORT MANAGER upon AIRPORT MANAGER's giving CITY such additional assurances as CITY,in the reasonable discretion of the City Manager, deems necessary to protect itself, the public, the Airport and the environment against damage, contamination or injury and/or liability therefore, including, but not limited to, the installation (and, at CITY's option, and AIRPORT MANAGER's sole cost and expense) of reasonably necessary protective modifications to the Airport. AIRPORT MANAGER shall not cause or permit any Hazardous Substance to be spilled or released in, on, under or about the AIRPORT (including, without limitation, through the plumbing or Duty to Inform CITY. IfAIRPORT MANAGER knows, or has reasonable cause tob believe, that al Hazardous Substance has come to be located in, on, under or about the Airport or the Airport, other than as previously consented to by CITY, AIRPORTMANAGER shall immediately give CITY notice thereof, together with acopy of any statement, report, notice, registration, application, permit, business plan, license, claim, action, or proceeding given to, or received from, any governmental authority or private party concerning the presence, spill, release, discharge of, or exposure to, such Hazardous Substance including, but not limited to, all such documents as may be involved in any Reportable Use involving the Indemnification. AIRPORTI MANAGER shall indemnify, protect, defend and hold CITY, its agents and employees, and the AIRPORT, harmless from and against any and all damages, liabilities,judgments, costs, claims, liens, expenses, penalties and loss of permits (including CITY's attorneys" and consultants' fees) arising out of or involving any Hazardous Substance brought onto the AIRPORT by or for AIRPORT MANAGER or by anyone under AIRPORT MANAGER's control. AIRPORTMANAGER'sobligations under this Paragraph shall include, but not be limited to, the effects of any contamination or injury to person, property or the environment created or suffered by AIRPORT MANAGER, and the cost of investigation (including consultants' and attorneys" fees and testing), removal, remediation, restoration and/or abatement thereof, or ofany contamination therein involved, and shall survive the expiration or earlier termination oft this Agreement. No termination, cancellation or release agreement entered Into by CITY and AIRPORT MANAGER shall release AIRPORT MANAGER from its obligations under this Agreement with respect to Hazardous Substances, unless specifically sO sanitary sewers system). Airport to be followed up in writing within two (2) days. D. agreed by CITY in writing at the time of such agreement. Section 8. Miscellaneous Terms A. This Agreement is the entire Agreement between the parties hereto and no statement, remark, agreement, or understanding, either oral or written, not 11 contained herein shall be recognized or enforced, except that this Agreement may be modified by written addendum hereto attached and signed by both parties. B. This Agreement shall be governed by the laws of the State of California, the City of California City, and the regulations and grant assurances of the FAA, and construed thereunder, and venue ofa any action brought under this Agreement shall be in Superior Court of California, County of Kern, or the Federal District Court . Ifany section, paragraph, sentence or phrase entered in this Agreement is held to be illegal or unenforceable by a court of competent jurisdiction, such illegal or unenforccability shall not affect the remainder of this Agreement which can be given effect without the illegal or unenforceable section, paragraph, sentence, or phrase and to this end, the provisions ofthis Agreement are declared tol be severable. D. The Parties hereto enter into this Agreement as independent contractors and no agent, employee or contractor ofone shall be deemed the employee of the other. E. This Agreement is solely for the benefit ofthe Parties hereto and their successors and assigns; this Agreement shall therefor not be construed to confer upon or give to any third party any remedy, claim, liability, reimbursement, cause ofaction, or F. No waiver of any of the provisions of this Agreement shall be deemed, or shall constitute, a waiver of any other provisions of this Agreement, whether or not similar, nor shall any waiver constitute a continuing waiver. No waiver shall be binding unless executed in writing by the Party secking the waiver. The failure of either Party to insist on strict compliance with any of the terms, covenants or conditions of this Agreement by the other Party shall not be deemed a waiver of G. CITY understands that AIRPORT MANAGER may submit this Agreement to the FAA to allow the FAA to review the Agreement and note any terms that are inconsistent with FAA policy. However, it is stated FAA policy not to "approve" agreements between third parties, and this Agreement is not contingent on an FAA for the Eastern District of California, as appropriate. status as a third-party beneficiary, that term, covenant or condition. statement ofapproval. [Signatures Appear on Following Page] [Remainder of Page Intentionally Left Blank] 12 IN WITNESS WHEREOF, CITY and AIRPORT MANAGER have executed this Agreement as oft the day and year first above written. "CITY" CITY OF CALIFORNIA CITY, amunicipal corporation By: Name: Title: AIRPOKTMANAGER TECH45 AIRPORT MANAGEMENT, LLC,a California limited liability company By: Chad Andrew Rosacker, Manager 13 ITEM NO. NB1 LIFOBNIE COUNCIL AGENDA ITEM September 17, 2024 TO: FROM: Mayor and City Council Victor M. Ponto, City Attorney SUBJECT: Agreement for Special On-Call Legal Services with the Hensley Law Group BACKGROUNDI DISCUSSION: To ensure fair and due process rights, a decision-making body must be fair and impartial for quasi-judicial or administrative" hearings, including appealhearings. This fairness and impartiality requirement extends to legal counsel for the enforcing agency and appellate Attorneys generally may not represent multiple parties with actual or potential conflicts of interest. Conflicts of interests can occur when the City Attorney's office provides advise for such hearings, where City staff and various legislative bodies require independent legal advice. While the City Attorney's office can sometimes utilize an "ethical wall" within its office to ensure fairness and impartiality, controlling case law prevents such ethical screening within a private law firm for certain enforcement and appellate matters. Accordingly, the City Attorney's office proposes the engagement of the Hensley Law Group-on an on-call, as needed basis- - for special legal services where such conflicts arise preventing the City Attorney's office from providing legal counsel. This would, for example, include special counsel to the City Council when the Council serves as an appeal hearing decision-maker considering the decision of a City lower body or City staff body. which would have been advised by the City Attorney's office. FISCAL IMPACT: Special counsel costs would be incurred on as as-needed basis at the rates specified in the attached proposed agreement. RECOMMENDATION: Staff reçommends that the City Council authorize the City Manager to execute the proposed engagement letter agreement for special on-call legal services with the Hensley Law Group. ATTACHMENT: 1. Proposed engagement letter agreement 2 BURBANK OFFICE 2600.W.OLIVE AVENUE SUITE500 BURBANK,CA91505 TORRANCEOPPICE 3655 TORRANCE: BOULEVARD SUITE3 300 TORRANCE,CA90S03 WTERSDIRECT CONTACT: TORRANCE OFHICE ng-mApATSeT 626.437,.3865 H LIG HENSLEY LAW GROUP September 16, 2024 Ms. Latisha Lamberth Acting California City City Manager 2100 Hacienda Boulevard California City, California 93505 Re: On-Call Special Counsel Legal Services Agreement Dear Ms. Lamberth: Thank you for considering the Hensley Law Group ("HLG") to provide legal services to the City of California City ("City"). Specifically, HLG will be advising the City, on an on-call, as needed basis where the City Attorney's office is actually or potentially conflicted from providing legal counsel and fairness and due process rights must be ensured. This may include, without limitation, special counsel to the City Council for appeal hearings concerning tax assessments and notices of violation. The City Attorney, or designee, will determine when HLG's special legal services will be required under this agreement. l'am providing you with this letter which, if acceptable to the City, sets forth the terms of our engagement. This matter will be billed at the rate of $350 per hour for all attorneys. Joaquin Vazquez of my office will be advising the City on this matter. He is experienced in advising public agencies, and his professional summary is available on the HLG website at hensleylawgrowp.com, We pride ourselves on our efficiency and will endeavor to keep the cost of our services as low as possible. We will not bill you for any expense other than for extensive copying and/or binding, travel expenses, parking reimbursement, Westlaw research charges that fall outside our monthly service plan, third party expenses incurred on your behalf and delivery charges (all at our cost with no markup). We charge in tenth of an hour increments and will provide you with detailed invoices. We expect payment within 30 days of our invoice date. We will charge for our time spent travelling and will attempt to keep such time to a minimum and use our time in transit to the greatest extent possible to work on either your matter or on other client matters that can then be billed to those clients. 818.333.5120 phone 818.333.5121 fax HLG Engagement Letter September 16, 2024 Page 2 We maintain professional liability insurance at a minimum amount of $2,000,000 per occurrence and aggregate. HLG does not discriminate on any basis prohibited by law. In the event of any dispute under this agreement that cannot be resolved through discussions between us, the City has the right to request arbitration pursuant to the Mandatory Fee Arbitration Act (Cal. Bus. & Prof Code, S 6200, et seq.). You may, of course, terminate this agreement at any time by providing HLG written notice of termination. You agree that we may, in our discretion, maintain all or part of your client file in electronic format. The firm may store part or all of your documents using secure cloud storage services. If sO, the firm will apply all reasonable methods to maintain the confidentiality of your files, just as it does for your non-digital information. Your data will be password protected and encrypted using currently available technology. You also agree that following termination of our attorney-client relationship, we will not be required to maintain your client file for more than two years. If you ask us to deliver your file to you, you agree that delivery of an electronic version, together with any materials that cannot be saved electronically, satisfies our obligation to release all your client papers and property to you. Two years after termination of our relationship, and after reasonable notice, you agree that we will be free to destroy your file, including all electronic records. We may also discharge our obligation to maintain your file before two years expire by mailing a copy to you at your address last known to us. You agree that "reasonable notice" means our mailing a notice of our intent to destroy your file to you at that address. Ift the foregoing accurately sets forth the terms of our engagement, please sign at the bottom oft this letter and return a copy for our files. Your signature below warrants that you are authorized to bind the City to the terms of this agreement. Joaquin Vazquez at (213),448-3769 or me at (310)488-0782. If you have any questions regarding the above, please do not hesitate to contact Very truly yours, Mark D. Hensley HLG Engagement Letter September 16, 2024 Page 3 On behalf of the City of Califoria City, lagree to the term and conditions of this legal services agreement with Hensley Law Group: Latisha Lamberth Acting City Manager OR NB2 FIRE COUNCIL AGENDA ITEM September 17, 2024 TO: FROM: Mayor and City Council Justin Vincent, Interim Fire Chief SUBJECT: The acquisition of a new all-wheel and four-wheel drive fleet of apparatus and vehicles for the fire department, along with five patrol vehicles and a utility terrain vehicle for the California City Police Department, funded solely by dedicated funds from local solar developers as a condition of approval for their projects, grant money from the Air Pollution Control District, and insurance payout funds from the police department. BACKGROUND: The City of California City has been provided a financial opportunity to upgrade its public safety fleet through dedicated funds provided to the city by two local solar developments. Both local solar developments met with the city stafft to discuss the conditions of approval for1 their grading and building permits and offered up specific funding to provide an alternate means to the fire department's fire access The California City Fire Department has traditionally required that all developments int the city limits pave the fire access roadways to ensure that the fire departments current fleet capabilities can make access in all-weather conditions. The accepted minimum standard for all weather access roads in manyjurisdictions in the State of California is type 2 road base without paving. But, since California City Fire Department has a fleet that includes many non-al-whee-drive capable vehicles and the city's topography and weather can be extreme ini the Mojave Desert, thet fire department has established fire access road paving as a necessity lane paving conditions. due tot the limited capability of its current fleet. 1of232 Over the last few years, the California City Fire Department's aging fleet has suffered multiple instances of damage to the suspension components due driving on unpaved roadways in the city, The fire department's lack of all-wheel-drive capability in its current fleet have resulted in costly repairs fori the city's general fund and have limited the fire department's ability to access fires and medical emergencies in the city. The two solar developments building in California City have recognized this issue and have offered up an alternate Under Cal. Code Regs. Tit. 19, $ 2.02- Request for Alternate Means of Protection and section 1.11.2.4 Request for Alternate Means of Protection of the California Fire Code, the fire department may adjust local standards if an alternate means of providing the identical level of protections is provided. In this case, the developers requested an alternate means to having to pay the costly amount to pave the roadways along with the reduced project timeline that would come from not paving the fire access roadways. After careful research and consideration, the fire department has agreed to provide the legal request for alternate means by allowing the developers to pay the full cost to upgrade the entire fire department fleet to all-wheel-drive capability to operate on its unpaved all-weather fire access roads, which meet the minimum standards of the California State Fire Code. As part of the agreement for the request for alternate means, these funds are restricted to the acquisition of all-wheel-drive fire apparatus and emergency response vehicles, as this is the agreed upon alternate means to asphalt paving and fire hydrant extension As part of the agreement for alternate means with the fire department, Kudo Solar provided thet fire department with 1.6 million dollars, strictly be used for all-wheel-drive fire apparatus and fire department vehicles, and generously agreed to replace four police department vehicles with all-wheel-drive capable patrol vehicles, as written into their conditions of approval. Bellefield Solar also entered into an alternate means agreement with the fire department as a condition of approval for their grading permit, providing an additional 2 million dollars to strictly be used for all-wheel-drive fire apparatus and fire department response vehicles. This brings a total of 3.6 million dollars in dedicated funding for all-wheel-drive and four- wheel-drive fire department vehicles, upgrading the entire fire department fleet as well as providing some Although this amount of funding could be veryi impactful throughout the entire city, it must be made known and clear that these funds are restricted solely for the intended purpose of providing an alternate means as stated int the conditions of approval in the grading permits and thus is strictly fire department funding for all-wheel-drive apparatus and emergency response vehicles. Per the conditions of approval, any additional funds may be utilized for upfit or equipment necessary to operate these vehicles. The total funds of 3.6 million have already been received by the City of California City and have been placed in the fire means to paving the fire access roads, in line with the fire code. from the already asphalt paved road by the head fire code official of the city. newal-wheel-drive patrol vehicles for the police department. department budget line GL 19-3627 (Fire Donations). Additionally, the California City Fire Department applied for the Carl Moyer Grant from the East Kern Air Pollution Control District and was awarded $153,211.00 dollars towards the purchase of a newi fire engine. As at term of this agreement, the California City Fire Department will have to destroy its gross polluting old reserve fire engine as part of the agreement. The City will receive the funds as soon as the air pollution control district verifies that we have destroyed our old out of service reserve engine, 1999 Seagrave, and they verify the payment by the city for a brand-new fire engine. This grant, along with the 3.6million dollars, will be instrumental in replacing all current fire apparatus with new capable fire apparatus, while 2of232 lessening the demand on the general fund for new vehicle acquisition and repairs for the city's aging fire Lastly, the California City Police Department has outstanding insurance funding for totaled patrol vehicles that will almost cover the full cost of purchasing one additional patrol vehicle. This would bring the total patrol vehicles purchased for the police department to five new patrol units, when added to the four vehicles expressly called out int the conditions of approval in the grading permit for Kudu Solar. department fleet. SUMMARYI DISCUSSION: With these one-time funds in mind, the fire department diligently researched and spec'd the best all-wheel- drive capable fire apparatus and emergency response vehicles for California City/stopography, roadways, hazards, and weather conditions to ensure that the fire department can reach every square mile of California City in any emergency event. The following apparatus and vehicles have been spec'd out and competitively bid, when possible, to both meet the intent oft the conditions of approval as well as best serve all the citizens of California City. FISCAL IMPACT: The fiscal impact of these purchases includes the use of one-time, non-taxpayer, developer dedicated funds from the fire department budget GL 19-3627 (Fire Donations) in the amount of $3,600,000. There will also be funds collected in the fire department GL 19-3680 (Fire Grants) for the $153,211.00 from the award of the Carl Moyer Grant. These funds will be collected from the East Kern Air Pollution Control District upon verification of the purchase of the new: apparatus and destruction of the old apparatus. Additionally, $48,248.93 from the police department's GL 18-3871 (insurance proceeds), will be applied to the purchase of the police vehicles. An additional estimated $16,000.00 should also be awarded to the city from the insurance company and deposited into GL: 18-3871 (insurance proceeds), upon verification oft the Lastly, these purchases will have al long-term positive impact on the city's general fund by covering the full costs of much needed current and future capital expenditures in the millions of dollars. It can also be deduced that new warrantied vehicles should have a positive impact on the general fund by reducing the maintenance costs that are currently plaguing both public safety departments; due to the age and condition oft their current fleets. Upon receiving the new vehicles, iti is anticipated that the old vehicles may be purchase of a replacement patrol vehicle. surplused and sold, bringing additional funds into the city's general fund. RECOMMENDATION: Staff recommends that the City Council approve of all attached resolutions of the City of California City number (XXXXXXXX, XXXXXXX, XXXXXXX, XXXXXX, XXXXX, XXXXXXX, XXXXXXX) to provide consent for the Acting City Manager to purchase the all-wheel-drive and four-wheel-drive fire and police apparatus and vehicles identified in each of the following resolutions, to be paid for with dediçated developer funding, the Carl Moyer Grant funding, and the insurance payouts for totaled police vehicles, bringing no additional burden from taxpayer funding from the general fund for the acquisitions. 3of232 (2)Type 1- AWD Fire Apparatus The California City Fire Department currently has 3 type 1f fire apparatus ini its fleet. These include a 1999 Seagrave, a 2006 American La France, and a 2020 Pierce fire engine. All three oft these apparatuses are two- wheel drive. The California City Fire Department is looking to replace the 1999 Seagrave and the 2006 American La France fire apparatus with (2) two new Pierce type 1 fire engines. The custom build for these two engines would be nearly identical to the 2020 Pierce Fire Engine, apart from the suspension and The California City Fire Department wishes to sole source this purchase, due to the proprietary nature of custom building a fire apparatus. With the current 2020 custom fire engine being built by Pierce Manufacturing, with specifications that meet our gear, station, and hazard needs, it would make the most operational sense to sole source with two identical fire apparatus. Additionally, from at training standpoint, itwould allow the fire staff to seamless operate between the apparatus because the pumps, cabinets, equipment location, blind spots, internal controls, and hose loads would be identical on all fire engines, The quoted cost from the local pierce dealer for our custom-built fire engines are $1,198,461.00 a piece with 100% prepayment. The department would be utilizing these specified funds to purchase two matching type 1 engines for a total of $2,396,922.00 plus tax, shipping, fees, and a multivehicle discount. drivetrain being upgraded to all-wheel-drive capability. reducing the need for additional training. (Full Type 1 Fire Engine specifications attached as exhibit at the end of the agenda item) 49e 4of232 PROPOSAL FOR FURNISHING FIRE APPARATUS September 3, 2024 California City Fire Department 20890 Hacienda Blvd California City, CA93505 SOUTHSCOAST FIRE EQUIPMENT The undersigned is prepared to provide for you, our customer, upon an order being placed bys you, for final acceptance by South Coast Fire Equipment, Inc., ati its corporate office in Corona, California, the apparatus and equipment herein named and for the following prices: Each Extension Two (2) Pierce Enforcer EZ-Track Fire Engines Two (2) BME Dodge "Sawtooth". Extreme Wildland Patrols $ 1,198,461.00 $ 2,396,922.00 $ 352,209.00 $ 704,418.00 $ 153,883.00 $ 307,766.00 23,000.00 $ 46,000.00 $ 1,373,787,00 $ 2,747,574.00 99,599.56 $ 199,199.12 $ 1,473,386.56 $ 2,946,773.12 2,899.48 $ 5,798.96 10.50 $ $ 1,476,296.54 $ 2,952,614.07 Less 100% Prepayment Discount Less Multiple Vehicle Discount Cost of All Apparatus without Sales Tax Sales Tax @ 7.250% APPARATUS COSTI WITHTAX Performance Bond California Tire Fee Consortium Fee TOTAL PURCHASE PRICE $ $ $ $ $ 42.00 Not Applicable The above proposal price shall be valid until 11/01/24 or extended iny writing by South Coast Fire Equipment. Ift the customer so desires to purchase the Product described int the Proposal and the attached specifications, prior to the expiration date listed above, the Customer shall sign and return this proposal, The Customer can then provide their choice of document for entering into the agreement by providing a Purchase Order, or signing a Contract with South Coast Fire Equipment, 3150 Palisades Dr. Corona, CA 82878 as thes seller. Payment Terms Payment is due of the Total Purchase Price at time of delivery. Changes to the specifications since the time of order can added tot the Total Purchase Prico or invoiced on a separate invoice. Thet final sales tax amount will be determined at time of delivery! based ont the tax rate at that time. Ai increase or decrease in Ift the customer would desire top payf for the apparatus within 15 days of thep purchase order being accepted the within 15 days to obtain thet full discount. Payments not received withi int the 15 days are subject to an Said apparatus and equipment are to be built by the manfacturer ands shipped in accordance with the specifications hereto attached, delays due to strikes, war ori international conflict, failures to obtain chassis, cost willl be reflected on the final invoice. Total Purchase Price would be reduced to adjustment to the Total Purchase Price for the prepayment. $2,952,614.07. The buyerr must maket the payment 5of232 materials, inability to obtain labor, supplies or manufacturing facilities, epidemics, acts of God, or causes acceptance thereof at our office in Corona, California, and deliver toy you at The specifications herein contained shall form a part of thef final contract and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterations do not materially affect Porsistent Inflationary Environment: ft the Producer Pricel Index of Components for Manufacturing (www.bls. gov Series ID: WPUID6112) ("PPI") has increased at a compounded annual growth rate of5.0% or more between the month Pierce accepts the order (Order Month") and a month 141 months prior to the then predicted Ready For Pickup date ("Evalution Month"), then pricing may be updated in an amount equal tot the increase inl PPI over 5.0% for eachy year or fractional year between the Order Month and the Evaluation Month. The Sellor will document any such updated price for the customer's approval before proceeding and provide an option to cancel the order without charge ift the updated price is not accepted. Force Majeure South Coast Fire Equipment shall not be responsible nor deemed to be in default on accountof delays in performance due to causes which are beyond the seller's and manufacturer's control and make the seller's performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, any act of government, delays in transportation, inability to obtain necessary labor supplies or manuracturing facilities, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God ort the public enemy ort terrorisim, failure oft transportation, epidemics, quarantine restrictions, failure of vendors (due to causes similiar tot those withint the scope of the clause) to perform their The proposal for fire apparatus conforms with all Federal Department: of Transportation (DOT) rules and regulations in effect att the time of bid, and with all National Fire Protection. Association (NFPA) guidelines for Automotive Fire Apparatus as published att time of bid, except as modified by customer specifications. Any increased costs incurred by the firstp party because off future changes in or additions tos said DOT or NFPA standards will be passed along to the customer as an addition to the price set forth above. Unless accepted within 30 days from the specified date, the rightis beyond our control notp preventing, delivery would be 42 months after receipt of this order and California City, the cost oft the construction of the apparatus. contracts orl labor troubles causing cessation, slowdow, or interruption of work. reserved tov withdraw this proposition. Respectfully Submitted, South Coast Firo Equipment, Inc. k Bpr authorized representative of agrees to purchase the proposed product(s) and agree to the terms and conditions of this proposal and the specifications hereto attached. Signature: Title Date: 6of232 (2)Type 6- Four-Wheel-Drive Fire Apparatus The California City Fire Department currently has two wildland fire apparatus, one type 3 and one type 6 style fire engine. After evaluating the use and staffing capabilities oft the department, the fire department is requesting to replace both units with two off-road capable Type 61 fire apparatus, built by a Pierce owned sub-company called BME. The (2) two type 6 fire apparatus are the BME model Sawtooth, which carry 300 gallons of water, have an upgraded suspension, lift kit, and super-single tires tol be able to operate off-road in the most extreme environments. These units would sit on a non-custom, non-commercial. Dodge truck chassis, reducing the cost for repairs currently required by our custom type 3 wildland apparatus. The California City Fire Department wishes to sole source this purchase due to the proprietary nature of custom building a fire apparatus. By staying with Pierce Manufacturing, we are able to stick with our local dealer at South Coast Fire Equipment for all warranty work and mechanical services. Due to the proprietary off-road upgrades installed by BME, the fire department believes that this builder and design will best fit the needs oft the department as they strive to cover every square. mile of the city limits in the Mojave Desert. The quoted cost from the local pierce dealer for our custom-built type 6wildland engines is $352,209.00a piece with 100% prepayment. The department would be utilizing these specified funds to purchase two matching type 6 engines for a total of$7 704,418.00 plus tax, shipping, fees, and a multivehicle discount. The total cost quote from South Coast Fire Equipment for the (2) two Type 1F Fire Engines and the (2)" Type 6 Fire Engines with tax, fees, performance bond, 100% prepayment, and a multiple vehicle discount is $2.952,614.07 (Full Type 6 Fire Engine specifications attached as exhibit at the end of the agenda item) 7of232 PROPOSAL FORI FURNISHING FIRE APPARATUS September 3, 2024 California Fire City Department 208901 Hacienda Blvd California City, CA 93505 SOUTH8COAST FIRE EQUIPMENT The undersigned is propared to provide for you, our customer, upon an order being placed by you, for final acceptance by South Coast Fire Equipment, Inc., ati its corporate officei in Corona, California, the apparatus and equipment herein named and for the following prices: Each Extension Two (2) Pierce Enforcer EZ-Track Fire Engines Two (2) BME Dodge "Sawtooth" Extreme Wildland Patrols $ 1,198,461.00 $ 2,396,922.00 $ 352,209.00 s 704,418.00 153,883.00 $ 307,766.00 23,000.00 $ 46,000.00 $ 1,373,787.00 $ 2,747,574.00 99,599.56 $ 199,199.12 $ 1,473,386.56 $ 2,946,773.12 2,899.48 $ 5,798.96 10.50 $ $ 1,476,296.54 $ 2,952,614.07 Less 100% Prepayment Discount Less Multiple Vehicle Discount Cost of/ All Apparatus without Sales Tax Sales Tax @ 7.250% APPARATUS COSTWITHTAX Performance Bond California Tire Fee Consortium Fee TOTAL PURCHASE PRICE $ $ $ $ $ $ 42.00 Not/ Applicable The above proposal price shall be valid until 11/01/24 or extended iny writing by South Coast Fire Equipment. Ift the customer so desires toy purchase the Product described int the Proposal and the attached specifications, prior tot the expiration date listed above, the Customer shall sign and return this proposal. The Customer can then provide their choice of document for entering into the agreement by providing al Purchase Order, or signing a Contract with South Coast Fire Equipment, 3150 Palisades Dr. Corona, CA 82878 as the seller. Payment Terms Payment is due of the Total Purchase Price at time of delivery. Changes to the specifications since the time ofo order can addedt to the Total Purchase Price or invoiced on a separate invoice. The final sales tax amount will be determined att time of delivery based on the tax rate att that time. Ai increase or decrease in Ift the customer would desire to pay for the apparatus within 15 days oft the purchase order being accepted the within 15 days to obtain thef full discount. Payments not received with inthe 15 days are subject to an Said apparatus and equipment aret to bel built by the manfacturer and shipped in accordance witht the specifications hereto attached, delays due tos strikes, war or international conflict, failures to obtain chassis, cost will ber reflected on the finali invoice. Total Purchase Price would! be reduced to adjustment to the Total Purchase Price for the prepayment. $2,952,614.07 The buyer must make the payment 8of232 materials, inability to obtain labor, supplies or manufacturing facilities, epidemics, acts of God, or causes acceptance thereof at our office in Corona, California, and deliver toy yous at Thes specifications herein contained shall form a part oft the final contract and are subject to changes desired by the purchaser, provided such alterations are interlined prior to the acceptance by the company of the order to purchase, and provided such alterations do not materially affect Persistent Inflationary Environment Jft the Producer Price Index of Components for Manufacturing (www. bis. gov Series ID: WPUID6112)CPPP) has increased at a compounded annual growth rate of5.0% or more between the month Pierce accepts the order (Order Month") and a month 14 months prior to the then predicted Ready For Pickup date ("Evalution Month"), then pricing may be updated in: an amount equal tot the increase in PPI over 5.0% for eachy year or fractional year between the Order Month and the Evaluation! Month. The Seller will document any such updated price for the customer's approval before proceeding and provide an option to cancel the order without charge if the updated price is not accopted, Force Majeure South Coast Fire Equipment shall not be responsible nor deemed to! bei in default on accountof delays inp performance duet to causes which are beyond thes seller's and manufacturer's control and make the seller's performance impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of nature, explosions, earthquakes, accidents, any act of government, delays in transportation, inability to obtain necessary labor supplies or manufacturing facilities, allocation regulations or orders affecting materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts of God or the public enemy or terrorisim, failure oft transportation, epidemics, quarantine restrictions, failure of vendors (due to causes similiar tot those within the scope oft the clause) toy perform their Thep proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules andr regulations in offect at the time of bid, and with all National Fire Protection Association (NFPA) guidelines for Automotivel Fire Apparatus as published at time of bid, except as modified by customer specifications. Any increased costs incurred by thet first parly because off future changes in or additions to said DOT or NFPA standards will be passed along tot the customer as an addition to thep price set forth above. Unless accepted within 30 days from the specified date, the right is beyond our control not preventing, delivery would be 42 months after receipt of this order and California City, the cost oft the construction oft the apparatus. contracts: or labor troubles causing cessation, slowdow, or interruption ofv work. reserved tov withdraw this proposition. Respectfully Submitted, South Coast Fire Equipment, Inc. authorized representative of agrees to purchase the proposed product(s) and agree to the terms and conditions of this proposal andt the specifications hereto attached. l Signature: Title: Date: 9of232 (2)Four-Wheel-Drive Fire Department Squad/Utility Trucks The California City Fire Department currently has in its possession a 2012 Ford F-1501 that is assigned as a medic squad response vehicle, This unit was originally acquired through an OHV grant and has since been transferred to the fire department, as that grant period has expired. This vehicle is now over 100,000 miles and with the acquisition of two new medic squad units, this vehicle can be repurposed to be a CERT team responder vehicle to provide volunteer emergency and disaster response in California City. The Fire Department is requesting to replace this unit with two brand new 2023 Dodge Ram 1500crew cab vehicles. These vehicles are completely upfitted with: scene lighting towers for night operations in the desert, four-wheel-drive capability, two-inch lift kits, sliding bed trays, storage deck, power inverters, emergency lights, and sirens. These units are used for emergency paramedic rescue response in town as well as in the OHVareas. They are also the primary vehicle utilized for Fireline Paramedic deployments to Staff reached out to find two more additional bids for new 2023 Dodge 1500trucks with a factory two-inch lift and received quotes from two dealerships with these late models in stock. The first bid from Capital Indian1 Trail Dodge Dealer is for a brand new 2023 Dodge Ram 1500 in red and the price came in at $77,100.00 plus 7.25% for tax, forat total price of $82,690.81, without any upfitting. The second bid found for a new 2023 Ram 15001 in red came in at $75,372.99 a plus 7.25% for tax fora a total of $80,837.53 without any upfit. Both vehicles would need around $25,000.00 in upfit to bring them up to the level of the emergency squad unit standards for California City to include adding, al bed cover, pull-out trays, emergency lights, sirens, center consoles, radio installation, computer stand, and many more emergency vehicle large scale fires and disasters around the State of California. features that are offered in the desired bid. The third desired bid comes from GTA Fleet Solutions Inc. and is for two identically built 2023 Dodge Ram 1500 squad vehicles with a 3-week turnaround timeframe. Since they are brand new 2023 model, they come with at full Dodge new vehicle warranty, helping to keep any potential repair costs lower. The purchase price for the two upfitted 2023 Ram 1500's with shipping, taxes, and upfit is $188,599.13. When examining the price and the local upfitter, West Coast Lights and Sirens, that the city has typically used in the past, the fire department received email correspondence that any upfitting for any vehicle will be at least 5-61 months out from time of submitting a purchase order on being able to accept any vehicles. This would result in the city acquiring two brand new Ram 1500 trucks and having them sit in the fire department parking lot unused for half a yearif we chose the first two bids. Then having to wait another 90- 120 days for the upfitting process, delaying the use of the newly acquired squad vehicles to 9-12 months. It isr recommended that we purchase these two new pre-upfitted units from GTA Fleet Solutions, because they have the trucks in stock and a 3-week delivery window from thet time of order. 10of232 a 11of232 GTAI Fleet Solutions Inc. 60 Bullock Dr. UnitG Markham ON L3P3P2 +16478864357 www.g gtafs.ca GTA FLEET SOLUTIONS INC. GSTIHST Registration No.: 848268801RT0001 INVOICE BILLTO California Cily Fire! Department 20890 Haciendal Blvd Califomia Cily, Califomia 93505 USA SHIPT TO WESTH HERRI DODGE United States INVOICE 24-0467 DATE DUEDATE 09/11/2024 09/11/2024 Due on receipt 3551 Southwostern Blvd, Orchard Park, NY 14127 TERMS QTY RATE TAX 1 74,900.00 Exempt AMOUNT 74,900.00 VEHICLE SALE 2023 RAM 1500 CREWCAB QUICKI RESPONSE COMMAND EQUIPPED ASF PERI PL2 2040521 ATCARA/STCPSDNS TIRES LT305-70-18 WHEEL 22621 GRILLI LIGHTS DUEL COLOR SIDE LIGHTS DUEL COLOR DOORLIGHTS DUEL COLOR TAILGATE LIGHTS DUEL COLOR FENIEX HAMMER LOWI FREQUENCY: SIREN 6AMP CHARGER NONAUTOE EJECT SHORE POWERI PLUG FENIEX FF TYPHOON SIREN FENIX1 100WTYPHOON: SIREN AND CONTROLLER FULLJOTTO CONSOLE NMO/ ANTENNAI MOUNT 1 1 2 2 4 2 1 1 1 1 1 0.00 Exempt 0.00 Exempt 85.00 Exempt 85.00 Exempt 85.00 Exempt 85.00 Exempt 770.00 Exempt 390.00 Exempt 275.00 Exempt 985.00 Exempt 1 2,950.00 Exempt 220.00 Exempt 0.00 0.00 170.00 170.00 340.00 170.00 770.00 390.00 275.00 985.00 2,950.00 220.00 Terms: Any balance that remains unpaid beyond 30 days shall incur interest of 2% per month. Funds most be in formofa Electric Transfer of Funds (EFT) or Interact e-transfer. Please contact your sales rep for add. info: E-transfer payments can bes sent toss gtafleel paymente@gmai.com: and reference youri invoice # Page 10f2 12of232 INVERTER 1500W 1 1,950.00 Exempt 395.00 Exempt 180.00 Exempt 175.00 Exempt 175,00 Exempt 170.00 Exempt 150.00 Exempt 1 2,250.00 Exempt 200.00 Exempt 55.00 Exempt 1 2,985.00 Exempt 195.00 Exempt 150.00 Exempt 1 -2,500.00 Exempt 1,950.00 395.00 180.00 175.00 175.00 170.00 150.00 2,250.00 200.00 110.00 2,985.00 195.00 150.00 -2,500.00 87,925.00 87,925.00 SPEEDOMETERI PROGRAMMER HYPERTECH: SPEEDOMETER PROGRAMMER WINDOW.VENT COVERS DECKEDI ESSENTIAL KIT REMOVABLE FRONT GLASS CARPET HEADLINER INC CAP ARE INTERIORLIGHT WRAPUPPER CAB GRAPHICS 425-3816 Magnelic Mic Single Pack- -MMSU-1 DELVERY DELIVERY CHARGE CUSTOM AND BROKERI FEES TRANSPORTATION TIB CMARGE/TOLS/FUEL 1 1 1 1 1 1 1 2 1 1 Discount V OTA tyuliclels es SUBTOTAL TOTAL BALANCE DUE USD 87,925.00 Weappreselayaurl budinnsot nflock Temms: Any balance that remains unpaid beyond 30 days shall inour interost of 2% per month. Funds must be in form ofa Electric Transfer of Funds (EFT) or Interact e-transfer, Please contact your Bales rep fora add. Info. E-transfer payments can be sent to: atpymntsdomaton and reference youri invoice #, Page 2of2 13of232 GTAI Fleet Solutions Inc. 601 Bullock D. Unk6 Markham ON L3P3 3P2 +16478564357 www.gtafs.ca GTA FLEET SOLUTIONS INC. GST/HST Registration No.: 848268801R70001, INVOICE BILLTO California Cily Fire Department 208901 Haciendal Blvd Califomia City, Califoria 93505USA SHIP TO WESTHERRI DODGE United States INVOICE 24-0465 DATE DUEDATE 09/04/2024 09/04/2024 Due on receipt 3551 Southwestern Blvd, Orchard Park, NY1 14127 TERMS QTY RATE TAX 1 74,900.00 Exempt AMOUNT 74,900.00 VEHICLE SALE 2023 RAM 1500 CREW'CAB QUICKI RESPONSE COMMAND EQUIPPED ASF PERI PL2040521 ICHAA/STTPSDNN TIRES LT305-70-18 WHEEL 22621 GRILLI LIGHTS DUEL COLOR SIDE LIGHTS DUEL COLOR DOORLIGHTS DUEL COLOR TAILGATE LIGHTS DUEL COLOR FENIEX HAMMER LOWFREQUENCYSREN 6AMP CHARGER NONAUTOEJECT SHORE POWER PLUG FENIEX FF TYPHOON! SIREN FENIX 100.WTYPHOON: SIREN AND CONTROLLER FULLJOTTO CONSOLE NMO ANTENNAI MOUNT 1 1 2 2 4 2 1 1 1 1 1 0.00 Exempt 0.00 Exempt 85.00 Exempt 85.00 Exempt 85.00 Exempt 85.00 Exempt 770.00 Exempt 390.00 Exempt 275.00 Exempt 985.00 Exempt 1 2,950.00 Exempt 220.00 Exempt 0.00 0.00 170.00 170.00 340.00 170.00 770.00 390.00 275.00 985.00 2,950.00 220.00 Terms: Any balance that remains unpaid. beyond 30 days shall ncurs interest of 2% per month. Funds must be in form ofa Electric Transfer of Funds (EFT) or Interact e-transter Please contact yours sales repl for add. info; E-transfer payments can bes sent tor AtPndSmon and relerence your inyoice) # Page 10f2 14of232 INVERTER 1500W 1 1,950,00 Exempt 395.00 Exempt 180.00 Exompt 175.00 Exempt 175.00 Exempt 170.00 Exempt 150.00 Exempt 1 2,250.00 Exempt 200.00 Exempt 55.00 Exempt 1 2,985.00 Exempt 195,00 Exempt 150.00 Exempt 1 -2,500.00 Exempt 1,950.00 395.00 180.00 175.00 175.00 170.00 150.00 2,250.00 200.00 110,00 2,985.00 195.00 150.00 -2,500.00 87,925.00 87,925.00 SPEEDOMETERI PROGRAMMER HYPERTECH: SPEEDOMETER PROGRAMMER WINDOW' VENT COVERS DECKED ESSENTIAL KIT REMOVABLE FRONT GLASS CARPET HEADLINER INC CAP ARE INTERIOR! LIGHT WRAPUPPERCAB GRAPHICS 425-3816 Magnetic Mic Single Pack- MMSU-1 DELIVERY DELIVERY CHARGE CUSTOM, AND BROKERI FEES 1 1 1 1 1 1 1 2 1 1 TRANSPORTATION TIB CHARGE/TOUS/FUEL Discount mpledo SUBTOTAL TOTAL BALANCE DUE pa USD 87,925.00 ws n Warppredley businese Terms: Any balance that remains unpaid beyond 30 days shall Incuri interest of 2% per month. Funds must be In form ofa Electric Transfer of Funds (EFT) or Interact e-transfen Please contact yours sales rep for add. info, E-transfer payments can be sent to: Hatpymnsonaton and raference your invoice # Page 20f2. 15of232 sep 13.20240432PM Justin Vincent 21000 Hacienda Bive Cali City, CA93505 C: (209)380.1480 H(209)380-1480 Mncent@catciylre.us GAPLIAL INDIAN1 TRAIL Veep Stock # 13R9202 2023 Ram 1500, Body Type: Crew Cab Pickup Color: Flame Red Clearcoat. 14 Miles VIRKICBSAFFVPNS192U2 MSRP/Retail Discount Selling Price Total Savings WINDOW TINT CAPITALMP PROTECTION 1YRF ROAD HAZARD PROTECTION DELIVERY Proc/Doc Fees UCENSE FEE Total Balance Due $92.675.00 $20.19500 $72.477.00 $20.198.00 $299.00 $599.00 $12500 $2.80000 $799.99 $1.00 $77.100.99 Cash Balance Due $77,101 $0 Customer Signature Date Manager Signature Date 16of232 Sep 13. 20240435PM Justin Vincent 21000H Hacienda Bive Cal City, CA93505 C:1209/380.1480 H:( (209)380-1480 Mncen@catciylre.us GAPLLAL INDIANTRAIL Jeep Stock # 13R1000 2023 Ram 1500, Body Type: Crew Cab Pickup Color: Delmonico Red Pearicoat, 181 Miles VIN: IC6SRFFT8PN61000 MSRP/Retail Discount Selling Price Total Savings WINDOW TINT CAPITAL VIP PROTECTION 1YRI ROAD HAZARDI PROTECTION DELVERY Proc/Doc Fees LICENSE FEE Total Balance Due $92.635.00 $21.88600 $70,749.00 $21.886.00 $299.00 $599.00 $12500 $2,800.00 $79999 $100 $76.372.99 Cash Balance Due $75,373 $0 Customer Signature Date Manager Signature Date 17of232 (1)Arson Unit The California City Fire Department requests the purchase ofa a 2024 unmarked AWD Dodge Durango Pursuit to be utilized as the fire department's fire and arson investigation unit. Currently, all the fire and arson investigation equipment is crammed in the back of the Deputy Fire Marshal's 2006 Ford Expedition, whichis The fire department is mandated by law to investigate the cause and origin of all fires within California City. CFC: Section 104.11 Fire Investigations. The fire code official, the fire department, or otherresponsible authority shall have the authority to investigate cause, origin and circumstances ofanyfire, explosion or at the end of its life and being replaced. The California State Fire Code as adopted by the City of California City states: other hazardous condition. Ina addition, the California City Fire Department fire/arson investigators are charged with illegal fireworks enforcement. This is carried out in the unmarked arson investigation vehicles and citations of $1,500.00 are issued for illegal fireworks use in California City. The use of an unmarked vehicle is critical for being able to catch violators in the act during the Independence Day and New Year's celebrations. Illegal fireworks start multiple fires every year in California City and having a vehicle capable of discreet enforcement activities is To clearly differentiate the fire department enforcement vehicle from the police department enforcement vehicles and to stick with the dodge chassis, like those being used for the new patrols and the new squad units, the fire department is seeking a Dodge Durango AWD Pursuit package vehicle. The purchase price for the 2023 AWD Dodge Durango Pursuit package vehicle with shipping, taxes, and upfit is $60,554.63 from Utilitac Upfitters. Utilitac's price for the Durango by itself is significantly cheaper than all other bids at $42,285.00 for just the vehicle itself. The additional stated cost covers the full upfit, taxes, and delivery. Staff also reached out to other dealerships to try to find additional bid costs for the vehicle and received two bids for the vehicles without upfit costs included. The first bid from Bayird Automotive for a 2024 Dodge Durango Pursuit with taxes and shipping came in: at $52,507.46, without any upfit costs added. The second bid from Hayes Automotive for a 2024 Dodge Durango Pursuit with taxes and shipping came in at $57,907.07, without any upfit costs added. When examining the vehicle price and the local upfitter that the city has typically used in the past, West Coast Lights and Sirens, it is cost prohibitive tos select the two bids critical in preventing fires before they happen. that come without upfit. 18of232 The fire department received email correspondence from West Coast Lights and Sirens that any upfitting for any vehicle will be at least 5-61 months out from time of submitting a purchase order on being able to accept any vehicles. This delay would result int the city acquiring a new Dodge Durango for the arson unit, which will siti in the fire department parking lot, unused, for half a year. Then! having to wait 90-120 days for the upfitting process, delaying the use of the newly acquired vehicle to 9-12 months. Itis recommended that we purchase the completely upfitted vehicle from Utilitac Equipment and Upfitting as their cost with upfit is the lowest and can be delivered within a 90-daywindow from time of payment. 19of232 Date/Timar Sep 14, 2024 1232PM Buyer Justin Vincent Phane: C(209)380-1480 Phos: HX (201,340-1480 Address: Sikesion, MO63831 Seleoperson: Tmvai iy BAYIRD 2024 Dodge Durango, Body Type: Sport Utility DN271) Color: Vasor Gray, 20N Miles MWICASDHCTIRCANO MSRP/Retail Discount Selling Price Trade Difference Proc/Doc Foes Subtolal (Selling Price! $62,568.00 Rebates Total Balance Due $54,955.00 $2,616.00 $52,439.00 $52,430.00! 5129.00 $1,600.00 $48.968.00 Cash SDuat $0 Balance Duo $48,968 Custamer: Signature Dale Manager Signabune Daln Whh Approved Credit 20of232 BUYER CITYOF CALIFORNIA CITY 210001 HACIENDAB.VD CALIFORNIACIN, CA93505 Cell 4: (209) 380-1480 Email: Mncertocacbfreus New . Used Demo CO-BUYER Deal #: 40093 Deal Type: Retail Deal Date: 09/14/2024 Print Time: 12:270m Salesperson: JOEL G:OVANNI VELASQUEZ FORBES VEHICLE TRADE Stock :: B440013 Description: 2024D00GE TRUCKDURANGO VIN: 1CASDITIRC21386) Mileage: 22 AFTERMARKETS MSRP 2.250.00 Dscount: Sale Pricet Tota Financed Anemarkets: Total Trade Alonance. Trade Difference: Doc Fee: Stteh LocaTaes: Totar License and Fees: Total Cash Price: Total Tade Paycrt. Detivered Price: Cash Don Payment - Depost: Sub Total: Servoe Agement Maintenance Agvenent 9 GAPI tnurance oest ue, Accoentak oen Amount Financed: 56,405.00 6,500,00 49,905.00 2,250.00 0.00 52,155.00 449.00 3,84040 1,462.67 $7,907.07 000 57,907.07 0.00 57,907.07 000 0.00 000 000 000 57,907.07 SHIPPING ts D)wih taes WITN Shipping Total Aftermarkets: 2.250.00 Rate: Amount Fnanoad 21of232 UTILITAC FQUIPMENTAUPFITING 6584 Ridgway Saint MarysF Rd Ridgway, Pennsylvania 15853 Proposal #EST-3410 Estimate Date: Expiry Date: Estimate Written By: Account Manager: Location: Build Qty ListPrice 44,285.00 09/11/2024 10/11/2024 Joseph Manno Joe (814).594-3167 Shop Manager: Jarrod (412) 707-7281 Inventory Manager; Daulton (412)636-6056 BilTo California City CA Fire Department 20890 Haclenda Blvd Califomia City, Califoria 93505 lem &Description VEHICLE Ridgway,PA YourCost 42,285.00 2023 Dodge Durango Pursuit SKU: JSDDA23 Color- Black Dodge Durango Pursuit AWD -3.6LV6 Drivers Spot Lamp Deactivate Rear Doors -KeyodA Alike CONSOLE 2 Havis VS Console-Durango Printer Mount SKU: HAVC-VS-1 1900-DUR-PM-2 Forp pooketjets Havis-B.5'Heavy Duty Telescoping Pole Side Mount SKU:HAV.CHDM2M4 Havis- 11 Slide Out Locking Swing Army with Low Profile Motion Device Adapler SKU:H HAV-C-MD-119 Havis Cup Holders SKU: HAV.CUP2-1004 Havis Side Armrest SKU: HAVC-ARM-102 826.00 ltem 1 184.00 item 1 367.00 ltem 1 65.00 ltem 2 94.00 ltem 578.20 128.80 256.90 45.50 131.60 Tha Most Quaiiledi Olicos (0441200-7348 1 Webaito MtpsNwwutlas.com, Monday Friday 8:00-4:00 22of232 Item &I Doscription SIREN CONTROLLER 7 Qly List Price 1 1,896.00 itom 1 624.00 item 1 389.00 item 1 137.00 ilem Your Cost 663.60 218.40 136.15 64.39 SoundOll- BluePRINT Controller Knob Control SKU: S0S-ENOSAS2OORSR 200 Watt Durango SKU: SOS-ENGLMKO02 Soundo" Signal- 100J Series Siren Speaker SKU: SOS-ETSS100J 100 Watt Soundo#t-Durango: 100J Speaker Bracket SKU: 5OS-ETSSVDKOS p SoundOit- BluePRINT Link Module and Harness- 10 LIGHTING 11 Soundom- Interior Light- Durango/Full Windshield 2,108.00 ilom 990.76 /Red SKU; SOS-ENFWBOOUFN Drivers Side: Red/White Passenger Side: Red/White SoundOft 4"r mPower 3-Wire/Stud Mount/Red WWhite SKU: SOS-EMPS80082D (2)N Mountedi in the gille (2) Mountedi noxt to thel licenso plate (AUX Reverse) SoundOtt- Intersector SM- Red/Amber/White SKU: SOS-D ENT2B3RAW (2) Mounted under ther mirrors Soundolt- Intersector SMI Bracket-Durango SKU: $0S-PNT3BKUMB4 Driver or Passenger SoundOf- UnderCover Light- Red SKU: SOS-ELUC3HOIOR (2) Mountedi in thor reversel lights /Red SKU: soS- ENFWBO1AEZ Drivers Side: Red/Amber Passenger Side: Red/Amber 12 4 245.00 pes 460.60 13 14 15 16 2 372.00 ilem 2 pos 2 166.00 ilem 1 1,636.00 item 349.68 43.24 156.04 768.92 46.00 Soundol. Interior Light Durango/Rear Window OTHER The Mosts Qualtieds Ofices (844)2 288-7348 Webmite- htipshmn.utilaccon Monday Fridmy 6:00-4:00 23of232 Item &I Description Qty List Prico 100.00 pcs Your Cost 100.00 17 Laird- NMOI Mount SKU: LAI-UTNMO Radiol Bracket: Pre Wire For Radio: Wire, Mount, andi install only Antennai ist trequency spodific Labor- Install SKU: UTINSTALL : LIFETIME WARRANTY : Custom Buill Wirel Harnoss Ruggod Braidedl Loom Color Coded Laboled Termination Shop Supplies Allowance SKU:UTSSA Wiro, Terminals, Fuses, Hoat Shrink, Eta. Destination and' Vehicle Shipping SKU: UTFS Utilitac to Califoria City 18 40 112.18 4,487.20 19 20 1 600.00 item 2,476 2.00 miles SubTotal California Sales Tax (7.25%) Shipping Charge Total 480,00 3,714.00 56,058.98 4,045.65 450.00 $60,554.63 Notes We're glady yout took thet first stopt to ourp partnership. It'st the best decision) youvo over made. Toa approve. ploase click accopt or sign and retum, By: approving your are agreeing! to allt thet terms below. proposal is lob bep paid NET30 immodiately! following completion of scheduled work. bobarred byt the customer. Additional shipping chargos not! listed ont the proposalr mayi incur. restocking fee! for anyi itoms, the customeri isr responsible tord charges. Nor returns on anyi tems aftor: 30 days. Terms & Conditions Paymen!: Unlesso otherwise specified, account termsr roquirey vehiclest tot bes paid NET30 upon acceptance oft ther proposala and thor romainder of1 the Limitations: Thisi isap proposal valid for only 30 days. Truck cassis musto como ready to accoptt thet body and any additional work orr modifications will Contracts: I applicable tot this project, National BuyBoard Contract 4 698-23or PA COSTARS contract 4012-E22-242/ #025-E22-476 applios. Fees: Custom orders cann not be canceled or returnod. Cancollation foe of ana approved quote is 5% oft thot totald cost, lthe manulacturer chargesa Authorized Signature mhel Moil Qunihed: Ollions (844)288-7340 Wobsite htpeywww.atilac.com Manday Friday 8:00-4:00 24of232 (1) AWD (USED) Fire Department Administration Unit The California City Fire Department requests to purchase a used AWD Ford Taurus Interceptor as an administrative vehicle to assist the fire department in safely and effectively carrying out its administrative duties. The fire department is proposing the acquisition of a lightly used 2013 Ford Taurus Interceptor package vehicle with 29,280 miles from Asia Motors Inc., located in Illinois. The vehicle would be upfitted with basic graphics andl basic interior-mounted lighting package to be able to operate as an emergency response vehicle when necessary. This all-wheel-drive vehicle will be of great assistance fors sending stafft to trainings, county EMS and fire meetings in Bakersfield, following the fire apparatus for mechanical services, required DOT and safety tests in Apple Valley and Ontario, to bring the staff driving the apparatus back to California City, and many other uses. This one-time funding opportunity to acquire this important staff vehicle will pay off dividends by increasing the effectiveness oft the department from an administrative and The purchase price for the 2013 used Ford Taurus with shipping, taxes, and upfit is $26,193.14. The price includes ay vehicle purchase price of $16,961.94, which includes all taxes and shipping along with $9,231.20 in upfitting by Utilitac Equipment and Upfitting. It is recommended that we utilize Utilitac upfitting because they canimmediately accept all vehicles as they become available with a 90-day turnaround Staff also received two additional bids for similar style used Ford Taurus Interceptor vehicles to get three bids for a used specialty vehicle. Staff located two additional used Ford Taurus police vehicles from Chicago Motors Inc. The first vehicle is a 2018 Ford Taurus with 37,112 miles, with a total cost with tax and shipping at $17,656.82. The second used Ford Tauris also located at this dealer is a 2015 with 24,918 miles in smoke silver color. The price quoted for this vehicle is $16,798.32. With it being an undesirable color match, the staff recommends the purchase of the first bid from Asia Motors Inc. with an upfit completed by Utilitac When examining the vehicle price and the local upfitter, West Coast Lights and Sirens, that the city has typically used for all previous upfits, the fire department recommends that the City utilize Utilitac Equipment and Upfitters on this purchase. Staff received email correspondence from West Coast Lights and Sirens that any upfitting for any vehicle will be at least 5-61 months out from time of a purchase order being submitted on being able to accept anyy vehicles. This delay would result ini the city acquiring emergency vehicles which sit in the parking lot, unused, for half a year. Then having toy wait 90-120 days for1 the upfitting process, delaying the use of the newly acquired vehicles to 9-12 months. fiscal perspective. to be upfitted and delivered. Equipment and Upfitters. 25of232 26of232 (CHICAGO MOTORS INC. Bill of Sale EST 1988 CHICAGOMOTORSINC 2553W. CHIÇAGOAVE. CHICAGO, 1L60622 Office Phone: 773-235-6500 leseheagomolor.com Register &T Titlel To California CityFire Department 20890HaciendaBivd. California City, CA93505 Mobile Phone: 760-808-7546-, Justin Bill ofs Sale Number: 4651 Bill ofs Salel Date: 09/13/2024 Payment Terms: DueP Prior toD Delivery Bill ofs Sale Amount: 17,482.00 Shipl To California CityF Fire Department Utilitack Equipment. Andl Upfitting 1BarkSt Ridgway, PA 15853 Mobile Phone: 760-808-7546-Justin Tm Name Qupntity Unil Price 1.00 15,795.00 15,795.00 1.00 987.00 987.00 1.00 200.00 200.00 1.00 500.00 500.00 1.00 0.00 Subtotal: Total R-4651-2018 Ford1 Taurus Police AWD California! Sales Tax @6.25% Shippingto15853 CALIFORNIA Comments: TERMSECONDITIONS: 1.Vehicles: ares SONWITHA15DAY OR500MILE POWERTRAINI PARTSWARRANT/FactoyWaranlyamdor openrecalls may apply. 2.FullF Paymenti is duel PRIORt tod dellvery, 3.lfpayingb bys check, pleaser makei it payablet to" "CHICAGO MOTORSINC', andp pleases sendi itviaUPSori FedExt to:: 2553W. Chicago Ave. Chicago, IL60622. Customer Signature&Date Seller SignaturesDate MIN: 1FAHP2MK4/G143456-MLEAGE3712-COLORBLACK 9ODAYTEMPORARYTARYTAGFEANDDOCUMENTATIONFEE PLATE,TTLEFESEXEMPT-OUTOFSTATEBUVER-WILDOPIATEANDTITIEIN 0.00 $17,482.00 BillofSale Amount $17,482.00 27of232 CHICAGO MOTORS INC. Bill of Sale EST 1888 - CHICACOMOTORSINC 2553W. CHIÇAGOAVE. CHICAGO, IL6 60622 Office Phone:7 773-235-6500 sle@chagomgtorscom Register &TitleTo CaliforniaCityFiret Department 20890HaclendaBMd. CaliforniaCity, CA93505 Mobile Phone:7 760-808-7546-/ustn Bille of SaleN Number: 3846 Bill ofs Salel Date: 09/13/2024 Payment Terms: Due Prior toDelivery Billo of Sale Amount: 16,632.00 ShipTo California City Fire Department Utilitac Equipment AndUpftting 1BarkSt Ridgway, PA 15853 Mobiler Phone:7 760-808-7546-, Justin Her Name Qunniisy pnil Price TOIN 1.00 14,995.00 14,995.00 1.00 937.00 937.00 1.00 200.00 200.00 1.00 500.00 500.00 1.00 0.00 Subtotal: R-3846-2015Ford' Taurus Police/ AWD Californias Sales Tax @6 6.25%. Shippingto15853 CALIFORNIA Comments: TERMSA.CONDITIONS: 1.Vehiclesa ares soldy WITHAISDAYORSOOMILE POWERTRAINI PARTSWARRANT/FastoyWarantyander openrecallsr may apply. 2.FullP Payment is duel PRIORtod delivery, 3.1fp payingbycheck, pleaser makeit itp payablet to" "CHICAGO MOTORSI INC" andp pleases sendi it vial UPSor FedEx to: 2553W. Chicago Ave. Chicago, IL 60622. Customer SignaturesDate Seller SignatureaDate VIN: AMP2MK3FGIPA2A-MILEGE2PI8-CIOR Smokestonel Metallic 90DAYTEMPORARYTARYTAGFEANDDOCUMENTATIONFE PLATE,TITLE,FEESEXEMPT-OUTOFSTATEBUYER-WILLDOPLATEANDTITLEIN 0.00 $16,632.00 Billofs Sale Amount $16,632.00 28of232 QUOTE SELLER BUYERIS) ASIAMOTORS INC 2300 NORTH! MANNHEIMI RD MELROSE PARK. IL 60164 847-447-3500 Date 9/04/24 Solesman: Stock M:23824 Make: FORD Body Type: 4DR Tag:. VIN: FAMP2M300613A34 Califomia Cty! Firel Department 20890 Hacienda Blvd CALFORMACIY.CABS County Phone: 209-380-1480 Trade#1 NA VIN: Trade#2: NA VIN: DESCRIPTION OF VEHICLE! SOLD DESCRIPHION OF TRADE-INIS) Voar 2013 Mode!: TAURUS Color: WHITE. Milenge. 20280 Micage. Mleage: SETTIEMENT Price: Less Trade Allowance: Difforence: Payolf on Trado-n Sales Tax Doaler Service Fee:: Tog 81 Titie Fee: WAIIRANTY ONCIAIMIN Any wansins on thes produrts said herey : thase made by the nandenurer. The seler herty mprenly dclains all warranties pther eoress a impled, includina ay inplied warranty a marchantabiity o fenas lor a parcular purpese and mther aumes nar suhocaes any the onen teu uume tori any! lbiyino connection witht the seiler makes no warary a ay Mint, eapress or imglied. as to be merthantabiityr ort fenmf for particlart purpase athev vehiee crvired by E agreement, ind beyer understands anda agreest mars uhy vehice, whedher newar 14.795.00 NA 14,795.00 NIA 934.00 150.00 40.00 675.00 16.794.00 NA N/A 16.794.00 weols sep proevcs. usedies sol" "AS-S an" "WITHALL HAULTE LENHOLDER Shipping-1: Total: TAXJURISOICTIONI BREAKDOWN 6250% 0000% 0000% 0000% Less Cash! Down Payment: Deferred Down Paymant: BALANCE REMAINING: 034.06 0.00 000 0.00 CONTRAAYIAMQUAGI OISCLOSURE The follei arplstes * vwlucs sota a DEMONSTEAION 9 "USLO" The infamtion vous wee es thes wraow to ientied Buy's Guidet for thas vehicle 1 parti of ths vontrac iefarmatin an thev window ferm overrides ary centrary previsons int the romtraci sair hareby sdirowiedgest thepresence other ehoes nertandy windowt form BJYLS Guiotjon thes purchied vehine art tinas or deivany and rcegts efne orgd saie forn. wIL NOT PROVOL ANYI LOANERN MEHCIE Cor. UNOGSWADNOVIGN ACAEEMENTY wa aC MONORLDEYE DLAE ALL SALES FNAL nuye nuVEn AGAFES1 THAT HE HAS READ ANO UNODASTANDS T TERMS AND CONDITIONS AND UMITATIONS OR1 DABY SETF FOHHERINYAO AFFIXES "S VGNATIAE INCONIMATONS or HSOFFEA lvyer. bruVIY Cosyer Accepred The y purhase maniger UMDEASTANDNO VLASAL ACAEEMENT WWILE BE MONOREDEYOLALN. BAVEA AECMICACOPYOF MP PURCHASE OPTION CONTRAETON 29of232 UTILITAC EQVIPMEMTAUPTTIG 6584 Ridgway Saint Marys Rd a Ridgway, Pennsylvania: 15853 Proposal #EST-3352 Estimate Date: Expiry Date: Estimate Written By: Account Manager: Location: Build 09/05/2024 10/05/2024 Joseph Manno Joe (814)594-3167 Shop Manager: Jarrod (412)7 707-7281 Inventory Manager: Daulton (412)6 636-6056 BillTo California City CAF Fire Department 20890 Hacienda Blvd California City, California 93505 Subject: Admin Taurus Ridgway, PA Hem & Doscription CONSOLE Qly ListPrice 1 428.00 itom 1 93.00 item Your Cost 299.60 65.10 Havis- 12" Universal Console SKU: HAV-C-SM-1225 Havis External Cup Holder SKU HAV-CUP2-1006 CONTROLLER 3 Whelen- CORE Contral Controller SKU: WHE C399 Foaturingthe groatost configurabity, spoed, and epmisnyetenoamcaes: isas systomo croated to onhance officer saletyy witha advanced automation: and. connectivity. Whelen CORE Rotary Knob Controller SKU: WHE-CCTL6 3Soction Controll Hoad and 8F Push-Butions, 4-Position Slide Switchy with a7 7-Position Rotary) Knob. Manual, Airhom Plus: 31 Traffic Advisor"" Switchos Whelen- SA315 Siren Speaker SKU: WHE-S -SA315U 100 Watt Nylon Composito 1 1,383.00 itom 871.29 1 463.00 ilem 1 403.00 ilem 310.21 108.81 The Most Quaitted oftice- (014)280-7348 - Wobsite Mtpshmwatlancon - Monday- Friday 8:00-4:00 30of232 Item & Description aty List Price 1 51.00 ilem YourCost 34.17 Whelen- Universal SA Speaker Bracket SKU: WHE-SAK1 LIGHTING 7 Whelen- Avenger IIT Trio- Red/Blue/White SKU: WHE-AVC13RBC (1)N Mountedo ont thel front dash Whelen- Avenger IIT Trio- Red/Blue/Amber SKU: WHE-AVC13ABA (1)N Mountedi int the roar Whelen Vertex DUO- Red/Blue SKU: WHE-VTXOJ Single Sell-Containod Lightheady with 25 Scan-Lock Flesh Pattoms, Including Steady Burn. Laird NMO Mount SKU: LAI-UTNMO Radio Brackot: Pre Wire For Radio: Wire, Mount, andi installo only Antenna isl frequency spocilic e Graphics Design andI Install SKU:UTGR Pricev variation based ond designa andy vinyl Shop Supplies Allowance SKU: UTSSA Wire, Torminals, Fuses, Heat Shrink, Eic. Labor- Install SKU: UTINSTALL L LIFETIME WARRANTY : Custom Built Wirel Harness Rugged Braided Loom Color Coded -Labeled Termination Destination and' Vehicle Shipping SKU:UTFS Utilitac lo California City, CA 300.00 item 1 300.00 item 2 147.00 item 210.00 210.00 196.98 OTHER 10 2 100.00 pos 200.00 11 12 13 950.00 item 1 600.00 ltem 8 112.18 950.00 120.00 897.44 14 2,476 miles Sub Total California Sales Tax (7.25%) Shipping Charge 2.00 3,714.00 8,187.60 593.60 450.00 The Most Qualifieds Ofica- (8M4)288-7348 1 Wobmite htpsypmaulilac.com, - Monday-Pridny B:00-400 31of232 Total $9,231.20 Notes Weros glady yout took thet firsts stopt to our partnorship. I's thet best decisiony youve ever made. Toa approve. please click accopt or sign andr return. By approving your ares agroeing to alll thet lermst below. proposal is tobe paid NET30 immediately! followings completion ols scheduledy work. bet barred byt tho customer. Additional shipping charges not listod ont ther proposalr mayi incur, restocking foo fora anyi items, thec customeri is responsible for charges. Nor returns on anyi tems alter 30 days. Terms & Conditions Payment: Unless othorwise spocilied, accountt torms requirev vehicles tot bey paid NET30U uponi acceptance olt thep proposal andt thor remainderc olt the Limitations: Thisk isap proposal valid! fors only 30 days. Truck cassis must come ready to accoptt thet body and any additional work orr modifications will Contracis: I applicable to this project, National BuyBoard Contract N 698-230 or PA COSTARS contract #012-E224 242/W025-E22-4 476 applies. Fces: Custom orders cann nott bec cancoled orr rotumod. Cancollation! foe of an approved quote is 5soft thet total cost. lthe manulacturgr chargosa Authorized Signature mhel Most Quallind: Oitices (344)288-7348 - Webslle htpshwpasilaccon Monday Fridny 8:00-4:00 32of232 (1) AWD (USED) Chaplain Unit. The California City Fire Department would like to purchase a used AWD Ford Taurus Interceptor vehicle to be assigned as a Chaplain unit to assist the department in providing the legally required peer-support ofi its staff, along with providing the public with the necessary physical, mental, emotional, and if desired spiritual support in emergency and disaster situations. The fire department is proposing the acquisition ofal lightly used 2015 Ford Taurus Interceptor package vehicle with 49,475 miles from Asia Motors Inc, located in Illinois. The vehicle would be upfitted with basic, graphics and a basic amber lighting package to be able to In 2019, the Governor of California signed AB 1116, the California Firefighter Peer Support and Crisis Referral Services Act by Assemblymember: Tim Grayson (D-Concord). This law establishes statewide standards for first responder peer support programs to provide an agency-wide network of peer representatives available to aid fellow employees on emotional or professional issues. This law also makes fire department chaplain programs as eligible peer: support programs to meet the intent of the law. This is especially important in small agencies, such as California City, where an emergency event "In 2017, when our state experienced some of the deadliest wildfires in its history, more California firefighters died by suicide than in the line of duty. Today we offer a lifeline to these brave women and men who might otherwise suffer in silence," said Assemblymember Grayson, who has also served as a Critical Response Chaplain for more than a decade. "I want to thank Governor Newsom for signing AB 1116 into law and joining me in prioritizing the mental health of our first responders." This vehicle will serve as the on-call volunteer chaplain vehicle for the fire department. It will be rotated between the on-duty volunteer chaplains, to be recruited from the local churches and the. community. This will allow the chaplain to safely and effectively respond to emergency scenes to provide the critically needed emotional support services to firefighters, police officers, and the community, Although. this vehicle will not be outfitted with red emergency lights, it will be outfitted with some amber warning lights to allow it access to emergency scenes to support staff and the operate as a support team emergency response vehicle when requested. can potentially affect every member of the department. community. The purchase price for the 2015 used Ford Taurus from Asia Motors Inc. with shipping, taxes, and upfit by Utilitac Equipment and Upfitters is $23,208.01. It is recommended that we utilize Utilitac upfitting because they canimmediately, accept all vehicles as they become available with a 90-day turnaround Staff also received two additional bids for similar style used Ford Taurus Interceptor vehicles to get three bids for a used: specialty vehicle. Staff located two additional used Ford Taurus Interceptor vehicles from Chicago Motors Inc. The first vehicle is a 2018 with 37,112 miles with at total cost with tax and shipping at $17,656.82. The second used Ford Tauris Interceptor, also located at this dealer, is a 2015 with 24,918 miles in asmoke silver color. The price quoted fort this vehicle $16,798.32. With it being an undesirable color match, the staffrecommends the purchase of the first bid from Asia Motors Inc., with an upfit completed by to be upfitted and delivered. Utilitac Equipment and Upfitters. 33ot232 When examining the vehicle price and the local upfitter, West Coast Lights and Sirens, that the City! has typically used in the past, the fire department recommends that the City utilize Utilitac Equipment and Upfitters on this purchase. Staff received email correspondence from West Coast Lights and Sirens that any upfitting for any vehicle will be at least 5-6 months out from time of a purchase order being submitted on being ablet to accept any vehicles. This delay would result ini the city acquiring emergency vehicles which sit int the parking lot, unused, for half a year. Then having to wait 90-120 days for the upfitting process, delaying the use of the newly acquired vehicles to 9-12months. 34of232 (CHICAGO MOTORS INC. Bill of Sale EST 1988 * CHICAGOMOTORSINC 2553W. CHICAGOAVE. CHICAGO, IL6 60622 Office Phone: 773-235-6500 sale@chagomptorscom RegisteraTitlel To California City Fire Department 20890Haciendal Blvd. California City, CA93505 Mobile Phone: 760-808-7546-Justin Bille ofs Sale! Number: 4651 Bill ofSaleDate: 09/13/2024 Payment Terms: Due Priort toDelivery Bille of Sale/ Amount: 17,482.00 ShipTo CaliforniaCity! Fire Department Utilitach EqupmentAndUphting: 1BarkSt Ridgway, PA1 15853 Mobile Phone: 760-808-7546- Justin lienName guantily Unit Price 1.00 15,795.00 15,795.00 1.00 987.00 987.00 1.00 200.00 200.00 1.00 500,00 500.00 1.00 0.00 Subtotal: Totl R-4651-2018Ford7 Taurus Police AWD Californial Sales Tax @6.25% Shippingt to 15853 CALIFORNIA Comments: TERMSECONDITIONS: 1.Vehicles ares soldy WITHA: 15DAYC OR500MILE POWERTRAINT PARISWARRAMT/FacteyWaramtyander openrecalls maya apply. 2.Fulll Paymenti isdueF PRIORI to delivery, 3.1 Ifp paying byo check pleaser makei itp payablet to' CHICAGO MOTORSI INC, and pleases senditv vial UPSor FedEx to: 2553W. Chicago Ave. Chicago,L6 60622. Customer Signature &Date Seller Signature&Date VIN: 1FAMP2MK4/6143456-MILEAGE3712-COLORBLACK 90DAY1 TEMPORARYTAGFEEANDDOCUMENTATIONFEE PLATETTLEFEESEXEMPT-OUTOFSTATEBUVER-WILDOPIATEANDTTLEIN 0.00 $17,482.00 Bille of Sale Amount $17,482.00 35of232 CHICAGO MOTORS INC. Bill of Sale EST 1988 * CHICAGOMOTORS INC. 2553W.CHICAGOAVE CHICAGO, IL6 60622 Office Phone:7 773-235-6500 saleachsagonoterscom Register&T TitleTo CaliforniaCity Fire Department 20890Haciendal Blvd. CalifornlaCity, CA93505 Mobilel Phone: 760-808-7546- Justin Billo of Sale! Number: 3846 Billo ofs Sale! Date: 09/13/2024 Payment Terms: Due Prior tol Delivery Billo ofSaleA Amount: 16,632.00 Shipl To CalifornlaCity! Fire Department Utilitac Equipment AndUphtting 1BarkSt Ridgway, PA1 15853 Mobile Phone:7 760-808-7546- Justin Itemt Name Qumntisy Uni Price 1.00 14,995.00 14,995.00 1.00 937.00 937.00 1.00 200.00 200.00 1.00 500.00 500.00 0.00 Tolal R-3846-2015Ford' Taurus! Police AWD Californias SalesT Tax @ 6.25%. Shippingt to1 15853 CALIFORNIA Comments: TERMSACONDITIONS. 1.Vehicles: ares WIHAIDAORSOMIE POWERTRAINPARISWARRAMT/FadtonyWarrantyandlor. openrecalisr may apply. 2.FullF Paymenti isc duel PRIORtOO delivery, 3.lfp payingbyc check. pleaser make itpayable to" CHICAGO MOTORSI INC andy pleases sendi ity viaUPSorF FedExto:2 2553W. Chicago Ave. Chicago, IL6 60622. Customer Signature&t Date Seller Signature&Date VIN: MP2MK3FGP2A2A-MILACE2A7B-COOR: Smokestone Metallic 9ODAYTEMPORARYT MGMENOCOCMODATOATE PLATE,TTLEFESEXEMPT-OUTOFSTATEBUYER-WILDOPIATEANDTITLEIN 1.00 Subtotal: 0.00 $16,632.00 Billofs Sale Amount $16,632.00 36of232 QUOTE SELLER BUVERIS) ASIA! MOTORS INC 2300 NORTHMANMHEMRD MELROSE PARK. ILG 60164 847-447-3500 Date: 9:04/24 Solesman: Slock #:24299 Make: FORD Body Typa. 40R Tag: VIN: 1FAMP2MXSFG190521 Califomia City Fire Department 20800 Hacienda Blvd CALIFORNIA CITY,CA93505 County Phone, 209-380-1480 Trade1 NIA VIN: Trade#2. N'A VIN: DESCRIPTION OF VEHICLE SOLD DESCRIPTION OF TRADE IN/S) Year 2015 Made!: TAURUS Color. WHITE Mileage: 49475 Micage Mieape SETTLEMENT Price. Difference: Payolf on Trade-in Salos Tax: Dealer Service Fee:: Tog 6 Tile Fee: WALWNTY DICUAIMER wwW wranto an mes proauct sot hereby are those mude wy tw manufactunr. The seler heroy epressly dsrlims a meichuntabiny ar titness tur a psrbculer purpose and nether sisumer nor uutherses ans ether persont to anune for wwl lablity inconnections wi the Selier moies na waranty af eny kind, epress ut Implies, ar to the manshuntalaliays or Stess t uptl puoes ofu t whkie savedi ths agreement. ondt buye undenstinds ada agnesn thars ducny vehde, whethern newe 11,795.00 NIA 11.795.00 NIA 747.00 150.00 40.00 875.00 13,607.00 N/A NIA 13,00700 waranten sther eipis : mpled. indluding any implied mary ot Less Trade Allowance slachadproducn vedhsl"AS-S ane" WITe ALLP FAULTS LIENT HOLDER Shippng-1: Total: TAXJ JURISDICTION BREAKDOWN 6.250% 0000% 0000% 0.000% Less Cash Down Payment: Deferred Down Paymont: BALANCE REMAINING 746.56 0.00 0.00 0.00 CONTHARY LANGUAGE OISCIOSURE Thal lollowne aolest toal venidess sl a* DEMOMETRATOR ar" 'uSD Dhei inforations vous ser m thes endow form (entnid uvrs Cuide"y lor thisy venice a part of ths contract Information ant hev winalw fam overrites unys cantrary provsion te contratt e we bereby scinpwledgst thes presenced o thes atove mentioned windos form BUMIRSGUODen thes purchasc vehicieatt timeef delivery mdr reipte oft erialot saidfom. wLL NOTPROVIDE ANYI LOANCR VDICE Cocuyer UNDERSTAND NDV VIXIAL AGHLLMENTY wIs BC HGNDAEDaY DEALA ALLS SALESI FINAL yn, BUVER MGREES THAT HE HAS READ AND UNDERS'ANDS THE TERMS ANO CONDTIONS AND UMITATIONS OR LABurY 11 orT ALN AND APvES #E SOMAVAENCOVIATON OFH HSOFFER Myet. DEUVIRY. Date AA Mvoted Thvst Lacyne Dy V Purthese Oderr mun b Na nocaror mane atmet tonpany covye TUNDERSTAND NOV VIABAL ASAECMENT WiLL DE HONOREDGYOEAER MAA AKCEMDAC covor MVI PURCHASE OTION CONTTACT ON 37of232 UTILITAC EQUIPMENTAUPFITTINO 6584 Ridgway Saint Marys Rd Ridgway, Pennsylvania 15853 Proposal #EST-3350 Estimate Date: Expiry Date: Estimate Written By: Account Manager: 09/05/2024 10/05/2024 Joseph Manno Joe (814) 594-3167 Shop Manager: Jarrod (412) 707-7281 Inventory Manager: Daulton (412) 636-6056 Bill7 To California City CAI Fire Department 20890 Hacienda Blvd California City, California 93505 Subject: Chaplin Taurus Build Location: Ridgway, PA Item & Description CONTROLLER Qty List Prico 1 1,383.00 item Your Cost 871.29 Whelen CORE Central Controller SKU: WHE-C399 Foaturingthe greatest conligurability, spood. and epnionsucanComcae isas system created to enhance oflicer safetys with advanced automation and connectivity. Whelen CORE Rotary Knob Controller SKU: WHE-CCTLG 3Section Control Hoad and 8 Push-Buttons, 4-Position Slide Switch with a7-Position Rotary Knob, Manual, Airhom Pius 3Traffic Advisor" Switches Whelen- SA315 Siren Speaker SKU: WHE-SA315U 100 Watt Nylon Composite Whelen- Universal SA Speaker Bracket SKU: WHE-SAKI 1 463.00 item 1 403.00 lem. 1 51.00 item 310.21 253.89 34.17 LIGHTING Whelen- Edge 9SX 48" SKU: WHE-0SX8 Front Ambor/White Rear Amber/White 1 1,712.00 ilem 1,712.00 Thal Most quannods Otlices (8440288-7348 1 Websito htpshwwawtilac.com) Monday Friday 6:00-4:00 38of232 Hem & Doscription OTHER Qty List Prico 950.00 item 1 600.00 ilem 6 112.18 Your Cost 950.00 120.00 673.08 6 Aole Graphics Design andl Install SKU: UTGR Prico variationt based ond designa andy vinyl Shop Supplies Allowance SKU: UTSSA Wire, Terminals, Fuses, Heat Shrink, Elc. Labor- Install SKU: UTINSTALL L LIFETIME WARRANTY : Custom! Buil Wirel Harness Rugged Braided Loom Color Coded Labaled Termination Destination and) Vehicle Shipping SKU: UTFS Utilitac to California Giy, CA 2,476 milos Sub Total Califomia Sales Tax( (7.25%) Shipping Charge Total 2.00 3,714.00 8,638.64 626.30 200.00 $9,464.94 Notes Woreg glady youl tookt thet firsts step lo our partnership. l's the best decision youve ever made. Toa approve, pleasec click accopt ors sign andr retum. By approving yous aro agrecing to alll thet terms below, proposal is tobo paid NET30 immodiately following completion ofs scheduledy work. bet barrod by tho customer, Additional shipping charges not! listed ont thep proposal mayi incur, restocking loe fora anyi items, the customer isr responsible for charges. Nor returns ona anyi items after: 300 days. Terms & Conditions Payment: Unless otherwise specifiod. account terms roquire vohicles tot boy paid NET30U upon acceptanco oft thop proposal andt the romainder ofthe Limitations: Thisk isap proposal validf for anly 30 days. Truck cassis must come roady to accoptt thet body and any additional work or modifications will Contracis: I applicable to this project, National BuyBoard ContractA # 698-230 or PAC COSTARS contract W012-E22-242/ IN #025-E22-476 applies. Foos: Custom orders can nott be cancoled orr returned. Cancollation! lee of ana approved quote is 5%oft the total cost. lfther manulacturers chargosa Authorized Signature Thel Mosr Qualitioda Olices (8141288-7348 1 Websito, tpsvnwmaiac.com, - Mondaye Friday 8:00-4100 39of232 (2) AWD- Utility Terrain Vehicles The California City Fire Department and the California City Police Department are requesting the acquisition of two 2024 Polaris Xpedition ADV 5 Northstar utility terrain vehicles, upfitted with lights and sirens. These all-wheel-drive off-road vehicles are critical tools necessary to protect all 200 plus square miles of the Mojave Desert that are in city limits. This is especiallyimportant for any emergency response to solar fields in city limits, as these utility vehicles can operate extremely well on unpaved roadways and access paths and have a slim profile that allows them to drive between the expansive rows of solar panels to reach a These new Polaris UTVr models are unrivaled in technology and capability when compared to any other current UTV being manufactured by any other brand. They are equipped with completely enclosed cabs and dual zone air conditioning and heating, which is critical for year-round emergency response in the Mojave Desert. The Polaris UTV's are also equipped with GPS and back up cameras to increase first responder awareness and capability in operating throughout California City's OHV areas, where roads and locations may be hard to distinguish in the day and impossible to identify at night without GPS assistance. Both units will be painted to match the color scheme of each respective public safety department and graphics will be added to clearly identify the agency. They will be upfitted with lights and sirens along with radios to allow for a rapid and capable emergency response to all parts of California City. Whether findinga downed rider in OHV, responding to a heat stroke patient in a solar field, finding stole vehicles in the desert, or chasing a suspect off road, these UTV's will allow California City to have similar response capability currently held by both the Kern County Fire Department and Kern County Sheriff's Department to respond City staff reached out directly to Polaris government sales to attain a quote for two of these UTV's and received al bid of $96,553.05 including Tax. They would be shipped free of charge to Utilitac upfitters who can upfit and deliver bothy vehicles to California City within 90 days of receiving the vehicles from Polaris for a cost of $27,647.40 for upfit with tax and delivery included. The total cost through the government sales division of Polaris with upfit is $124,200.45 for both units. Unfortunately, when going through government sales, Polaris has a delayed shipment with a current ship date of over 250 days after the units are purchased. Meaning that these vehicles would not be available to protect California City for over a year, as there is still a 90-day window for upfit after the vehicles get delivered from the factory. Polaris government sales recommended that the city explore purchasing new units from a dealerwith a slightly higher cost but with a 90 day turnaround time for any units noti in stock, for delivery to the upfitter. The fire department reached out to Snow's Polaris dealer in Pennsylvania, near the upfitter and received a quote of $96,968.59 with taxes and delivery. This would result in an expedited delivery oft these needed emergency UTV's bringing the in-service timeframe down from one year to six months. This would be the suggested methodology for acquiring these vehicles in a timely manner if we were unable to find any currently available units in a dealer's stock. The total cost of the UTV's with upfit, taxes, and shipping is victim or a suspect. quickly to disasters and emergencies off paved roadways. $124,615.99, with an expected in-service date in April 2025. 40of232 The third quote and preferred purchase option is through Legends Polaris dealership in Pennsylvania, who currently has two identical units in stock and available for immediate delivery and upfit. This dealer also can add and install valuable options to the units toi include side mirrors, turn signals, side lighting, and upgraded front and rear bumper guard protection.. Additionally, this dealer can offer a 5-year extended Polaris manufacturer warranty at a cost of $3,990.00 per unit. The total cost for these upgraded in: stock units with extended warranty, taxes, and delivery is $109,961.11 plus an upfit cost from Utilitac Equipment and Upfitters of $27,747.40 for at total of $137,708.51 or $129,710.51 without the extended warranty option. By selecting this option, staffv will be able to receive the units within 90-days and be able to begin to better protect the desert and off-road environment without any manufacturer delays and with a full Polaris warranty for 5 years, reducing long term maintenance and repair costs. 41of232 Polaris Sales Inc., Medina, MN: 55340 gov. info@polaris.com, Phone 866-468-7783 Fax: 763-847-8288 www. polaris.com/gov POLARIS Contact Information Name: Justin Vincent Email: Vinentgealciylre.us Phone: 2093801480 Fax: Quote Number: QUO-61313-D8K9B3 Quote Expires: 10/5/2024 Contract Name: Polaris Direct Contract #: Expiration Date: Cage: Duns!: Tax ID#: Customer": Delivery Terms 240 Days Revision#: Date: 9/5/20247:24AM. BillTo: California City Fire Department 20890Hacienda Blvd California City, CA 93505 6584 Ridgway St Marys Rd RdRidgway, PA 15853 Ship To: Utilitac 3FP69 123399383 41-1921490 Payment Terms Net30 Payment Methods Mastercard Visa Wire Check Freight FOB Destination-CONUS. US Continental (CONUS)Only QTY Item # G25GZW99BK 2884491 2884783 2885169 2890843 Deseription NorthStar Matte Super Graphite-CA 2 Polaris XPEDITION Folding Side Mirrors 2 Polaris XPEDITON Rigid Scene Lights (no harness/mounts: required) 2 Polaris XPEDITION Front/ Rear LEDI Dome Lights (req,2885170) 2 K-WIWTRATIS3OIN. PRO RUNNER" MSRP Discount Extended Install Amount Price 2 Polaris XPEDITION ADV5 $44,999.00 $42,165.35 $84,330.70 $0.00 $150.00 $300.00 $225.00 $300.00 $199,99 $171.28 $549.99 $471.02 $129.99 $111.33 $342.56 $942.04 $222.66 $1,799.99 $1,541.55 $3,083.10 Quote: Page lof2 42of232 Polaris Sales Inc, Medina, MN: 55340 gov. info@polaris.com, Phone: 866-468-7783 Fax: 763-847-8288 www. polaris.com/gov Delivery Terms 240 Days MSRP POLARIS Freight FOBI Destination-CONUS US Continental (CONUS)Only QTY Payment Terms Net30 Payment Methods Mastercard. Visa Wire Check Item # 2885170 Description 2 Polaris XPEDITION ROPS Extension Harness Discount Extended Install Amount Price $59.99] $51.38 $102.76 SUBTOTAL INSTALL* FREIGHT TAX TOTAL $0.00 $89,023.82 $975.00] $0.00 $6,454.23 $96,453.05 Comments: Note: Quoted pricei includes shipping to desired location of choice. Ons your Purchase Order, please outline thaty you would liket to have the unit shipped to Utilitac, including the address, andt that Utilitac will be our final delivery location. Vehicle model yearn and color are subject to change dependent upon delivery date. To: accept the above quotation, please provide a purchase order via email (s ov.imioanolaris.com)and include the following: Bill to Address Billing Phone Number Shipt to Address. Point of Contact for Delivery Point of Contact E-Mail Point ofContact Phone Quote Number Alternate PointofContact (Required) Ifyous would like to submit payment via credit card, please call (866) 468-7783 to process payment during our hours of operation from 8:30 AMto 4:301 PMCST Monday through Friday. We accept Visa, Mastercard & American Express. Quote: Page 2 of2 43of232 Legends of Seneca 2572 Stale Route 257 Seneca, PA1 16346 e14)676-5/21 Buyer: Vincent. Justin Bill of Sale Sales Person: Christopner Deal # 5635 Date: 09/13/2024 Daugherty Califorac Cy, CAL (Kem) 93505- Mncertgcactylua.us (P)(209)3 380-1480 (M)(209) 380-1480 Stock" Unit VIN MUHrs Price P2438 New 20241 Polaris Polaris XPEDITION ADV 5N Northstar NSG2WPPOKMIZ42Z3 0 (Matte Orange Rust) Part Description KACCYMIRKOR GIDE KACCYS SUNVSOR KACLYUCHTDOME MP KACLYSCENE LGT $40,199.00 Total Unit(s) Price: $40,199.00 Invoice Summary Total Frelght: $1,495.00 Total Sel-Up: Tolal Other: Total F&I: $3,990.00 Total Parts: $2,647.92 Total Service: $1,533.00 Sales Tax: Doc Foes: Other Fees: Total Sale Price: $51,263.92 Trade-In Allowance: Trade-in Payol!: Trade-in Value: Cash Back: Payments: Balance Due: $51,263.92 Requested Parts & Accessories: 2391009-456 FRONTHOBMERBK 2069391 456 KBPR R PRLMIUMEK 2889357-458 KACCYSLPERLOPRON MPBLK Partw 2484491 2891232 2865109 2884703 053-0056 F&I: Description Poans Totai Protection: IXPEDITION aty Total Sale Amnount 1000 1000 1000 1.000 10001 1000 1000 1.000 5164.89 Total Unit(s) Price: $40.199.00 $135.99 $56339 $36390 $10199 $43999 $599.99 $239.99 $2,647.92 Total Sale Amovat $3.990.00 $3,990.00 $749.00 $500.00 NT STANDARDI PLVO-AND-PLAY TURN SIGNAL 0.00 $0.00 $150.00 $0.00 50.00 $0.00 $0.00 $0.00 Stocke Term P2438 Page 187 44of232 Legends of Seneca 2572 Stale Route 257 Seneca, PA1 16346 814)676-5721 Buyer: Vincert, Justin Bill of Sale Salos Person: Chnstopher Deal# 5627 Date: 09/13/2024 Daugherty Califomia Cay, CA(Kemm,93505. Mincert.caciml.us (P)(200) 380-1480 (M1209,380-1480 Stock Unit VIN MiHrs Price P2423 New 2024 Polaris Polaris XPEDITION ADV 5 Northstar 3NSGZV993RM125074 0 (Matto Orange Rusty Part Descriplion KACCYMIRROR: SIDE KACCYSUNI MSOR KACCMLICKI DOME MP K-ACCYISCENE LGT $40,198.00 Total Unit(s) Price: $40,199.00 Invoice Summary Total Freight: 51,495.00 Total Set-Up: Total Other: TotalF&!: $3,990.00 Total Parts: $2,647.92 Total Service: $1,533.00 Sales Tax: Doc Fees: Other Feos: Total Sale Price: $61,263.92 Trade-In Allowance: Trado-n Payoft: Trade-In Value: Cash Back: Paymonts: Balance Due: $51,263.92 Reguested Parts &A Accessories: 2091009-458 FRONT HD. BMPR,BIX 2088331-458 KBPR RRJ PREMIUMEUK 2889357 458 KACCYSLDAKIOIRO) MPBLK PAN 2884491 2091239 2885169 2884703 653-0036 F&: Daacriptian Polans Toini Protection: XFEOTION oy Tetal Sale Amount 1.000l vo00 1000 1.000 1.000 1.000 1000L 1000) 1189.69 Total Unit(s) Price: $40,199.00 5135 6563.59 $363.09 510339 $439.99 10939 #3909 $2,647.92 Toual Sale Amovnt $3,990.00 $3,990.00] $749.00 $500.00 KT STANDARDF PLUC-AND-PLAY TURNS SIGNAL 0.00 $0.00 $150.00 $0.00 $0.00 $0.00 $0.00 $0.00 Stocka lern P2423 Page 10r7 45of232 Customer Information Name/s: Phone Number: Address: City: State/County: Zip: Email Address: Vin September 13, 2024 Calfornia City Fire Department 760-373-4841 20890 Hacienda Blvd California City CA 93505 Vincenteralcivfre.s MSRP $ 44,999.00 $ Price Snows 931 4th Ave. Coraopolis PA15108 PH: (412)264-5961 FAX: (412)262-2217 wwwsnowapolatiscem Salesman: Mike Baker Year 2025 PLIRIS Unit Xpedition ADV 51 NorthStar Unit Price 44,999.00 Amount $ $ $ $ $ $ $ $ $ $ Accessory Item# QTY Description Unit Price ESC Accessories Trade Allowance LogisticsFee Trade Payoff Sales Tax GAP Title, Reg, Fees Total Down Payment Balance Due Customer Signature X Co Buyer Signature Dealer Signature $ S $ $ $ $ 44,999.00 Labor Accessory Total Months Estimated Rate Payment 72 8.99% $817.09 343.00 45,342.00 45,342.00 All Sales Are Final, No Refunds, Deposits Are Non Refundable. All Used Vehicles Are' "AsI Is" No Warranty Expressed Or Implied, Price Reflects AIIF Factory Rebates And Dealer Wec dor not accept Credit or Debit cards for the purchase ofa an Atv, Motorcyde, Side X Side or anyo other Titled product. Acceptable forms ofp payment, Cash (payments over1 10,000 to ber reported onl IRSE 8300 reporting! form) Certified Cashiers Check, Personal Check (PAI resident only), Financingt thru 3rdp partyle lendings servicesp provided! by our dealership. 46of232 UTILITAC EQVIPMEMTAUPFITING 6584 Ridgway Saint Marys Rd Ridgway, Pennsylvania 15853 Proposal #EST-3347 Estimate Date: Expiry Date: Estimate Written By: Account Manager: 09/04/2024 10/04/2024 Joseph! Manno Joe (814) 594-3167 Shop Manager: Daulton (412) 636-6056 Inventory Manager: Daulton (412) 636-6056 Bill To California City CAI Fire Department 20890 Hacienda Blvd California City, California 93505 Subject: Uplito oft both Polaris NorthStars Mom & Description CONTROLLER Build Location: PA Ridgway, Qty List Prico 2 1,606.00 pos 2 391.00 itom Your Cost 2,023.56 492.66 Federal Signal- Pathlinder- Remote Mount SKU: FED-PF200R Canp power upt to (2) Siren Spoakors " PF400 Required for Rumbler* * Federal Signal- ES100C Siren Speaker SKU: FED-ES100C LIGHTING 3 Federal! Signal- Valor 51" SKU: FED-FSVALORS1 Front Blue/Blue with White Override Roar- Blue/Blue with Ambor Override and! brake pop Federal Signal- MicroPulse Uitra Red/Blue SKU: FED-MPS62U-AB (2)! Mountodi in grille (2) Mountodi inr rearv windows (2) Mounted ont thet tailgate Bracket SKU: FED-MPSM-LPHI 2 5,877.00 item 12 201.00 item 2 47.00 pcs 7,405.02 1,519.56 Federal Signal- MicroPulse Uitra License Plate 59.22 Thel Most Qunitods Ollice- (844)281-7348 1 Website htpavhmwatilaccom, Monsy-Fi/500430 47of232 Itom & Description Qy List Price 4 70.00 pcs YourCost 176.40 Federal Signal- MicroPulse Ultra Window Shroud SKU: FED-MPSM6U-WIN OTHER 7 Shop Supplies Allowance SKU: UTSSA Wiro, Torminals, Fuses, Hoat Shrink, Etc. SKU: UTGA Price top paint thel Polaris's tor matcht thec other vehicles hoe Graphics Design and Install SKU: UTGR Price variation based ond design andy vinyl Labor- Install SKU: UTINSTALL * LIFETIME WARRANTY : Custom Builty Wire Hamess Ruggod Braided Loom Color Codod Laboled Termination Destination and' Vehicle Shipping SKU: UTFS Utilitact to California City, CA 2 600.00 item 2 950.00 llem 2 950.00 ilem 16 112.18 240.00 1,900.00 1,900.00 1,794.88 8 no Graphics Dosign and Install 10 11 4,952 miles Sub Total California Sales Tax (7.25%). Shipping Charge Total 2.00 7,428.00 24,939.30 1,808.10 900.00 $27,647.40 Notes Wereg glady your took the firsts stept toc ourp partnorship. l'st the best decision youve ever made. Toa approve. ploase click accept ors sign and roturn. By approving) your are agreoing! to allt thet terms bolow. proposall is lo bep paid NET30 immediately! followingo complotion of scheduledy work. bet barred by! the customer. Additional shipping charges not listodo on! they proposalmay! incur, restocking! foef fora anyi items, thec customeri isr responsible fore chargos. Nor returns ona anyi itoms atter: 300 days. Thel Moi Gunliligdi Office (840)208-7348 - Websito mtpshpwailaecon, Terms & Conditions Payment: Unloss otherwise spocified, account lorms require vehicles to bey paid NET30 upon acceptance ofl the proposal and ther remainder of the Limitations: Thisi is a proposal valid for only 30 days. Truck cassis must come roady to accept thet body and any additional work orn modifications will Contracts: Ia applicable tot this project, National BuyBoard Contract 698-230r PA COSTARS contract #012-E22-242/ #025-E22-476 applies. Foos: Custom orders canr not boo canceled orn retumod. Cancellationf foo of an approved quote is 5% oft thel lolal cost, lther manulacturer chargesa Monday Friday 8:00-4:00 48of232 Authorized Signature Tho Moit Guntilion orico (844)286-7348 Wahnite Mtps/hwmmautlaccon Manday Frittay 8:00-4:00 49of232 (5) AWD Ford Explorer Police Interceptor Vehicles The California City Police Department is need of upgrading its patrol fleet as soon as possible. The current fleet consists of high mileage vehicles with constant mechanical issues, which has resulted in an unreliable and unsafe fleet for the police department. During the discussions on the conditions of approval for the grading permit for Kudu Solar, the fire chief was able to stress the concerns for having unpaved fire access roads for the non-al-whee-drive fire department apparatus. In addition, the fire chief explained that the police department: still had four Ford Crown Victoria's in its fleet without all-wheel-drive capability. As a modified condition of approval, Kudo specifically: agreed to provide some funding to replace four of the police department's patrol vehicles so that they too could use the unpaved fire access roads on their project. They also specifically agreed to allow thet fire chief to use any additional funds unspent towards other emergency vehicle costs for either fire or police as a: stipulation of the grading permit. This funding allows the city to proceed with the cash acquisition of four AWD Ford Explorer Interceptor vehicles with full upfit for the police department. Additionally, the police department has some additional allocated funding in the amount of $48,248.93 towards vehicle replacement from a prior insurance payout from a totaled police vehicle. The Police Department also will receive approximately $16,000.00 additional from a second insurance payout for another totaled Crown Victoria. To receive these funds, the police department will need: submit a receipt oft the purchase of a replacement vehicle and the insurance shall pay out approximately $16,000.00 after subtracting a $50,000.00 deductible and the outstanding value oft the totaled vehicle, estimated to be around $6,000.00. These funds along with some funding from Kudu Solar will allow the police department to secure at fifth patrol vehicle, bringing the total to five new patrol vehicles. The police department has acquired multiple updated quotes to competitively bid this large purchase and recommends that the city strongly consider choosing the bid with the fastest turnaround time, due tot the current state of the police department fleet. The quickest options to choose from are from Dana Safety or Utilitac Equipment and Upfitters, who both provide turnkey vehicle acquisition verses purchasing a vehicle and upfitting it utilizing different vendors. The bid for five 2024 AWD Ford Explorer Interceptor vehicles with taxes, shipping, and full upfit from Utilitac Equipment and Upfitters is $373,809.92. These would have a 90- The second turnkey option has a! 5-6 month turnaround time and is from Dana Safety Supply Inc. in Greensboro, North Carolina. The quoted price for the five 2023 Ford Explorer Pursuit Interceptor. vehicles upfitted from Dana Safety is $377,085.69, including shipping and taxes. This amount does not also include the cost for the addition of the locking rifle/shotgun racks or the custom decals for the vehicles. These vehicles are also brand new but one year older than the quoted 2024 Explorers from Utilitac, For these reasons and for the overall price per unit, it is recommended that the city proceed with Utilitac Equipment The police department also received separate quotes for the five patrol vehicles, without any upfit, from separate dealerships. Phil Long Ford quoted a cost of $281,906.63 with taxes, for five AWD 2024 Ford Explorer Interceptor patrol vehicles. Additionally, Jim Burke Ford provided a quote for five 2025 Ford Explorer Interceptor vehicles at $250,004.75 including taxes. The drawback to this order of 2025 units is that the city would not receive these unit the middle of Spring 2025 and then they would still need to be 120-day turnaround time from the time the order is placed. and Upfitters for the fastest and most economical acquisition of five patrol vehicles. upfitted. at our local upfitter at over $20,000 a unit. 50of232 The local upfitter, West Coast Lights and Sirens, that the city uses is greatly delayed in its capability to assist California City due to al large back-up in orders. On. June 12th, 2024, Mitchel Gonzalez with West Coast Lights and Sirens emailed the Fire Chief and stated that they are five to six months out from thet time of submitting a purchase order on being able to accept a vehicle for upfit. Once they receive vehicles it is 901 to 120 days until they are complete. This delay would result int the city acquiring the five new emergency vehicles which will siti ini the parking lot, unused, for half a year. Then having toy wait 90-120 days for the upfitting Staffrecommends: that the city council approves the purchase of five turnkey 2024 Ford Explorer Interceptors with full emergency response upfitting from Utilitac Equipment and Upfitters atatotal process, delaying the use of the newly acquired vehicles to 9-12 months. cost including shipping and taxes of $373,809.92. E 51of232 QUOTE Jim Burke Ford 2001 Oak Street Bakersfield,Ca. 93301 661-328-3700 CALIFORNIA CITY 21000 HACIENDAI BLVD CALIFORNIA CITYCA93505 DATE May7,2024 QUOTE Description AMOUNT 49,806.00 85.00 3,617.10 33.00 8.75 $53,549.85 2025 POUCE UTILITYI INTERCEPTOR 12.1" INTEGRATED COMPUTERS SCREEN Vehicle Price Doc fee Sales Tax7.25% Filing fee TireR Fee TOTAL 52of232 5724,346PM CNGP530 :> IMS21 screens capture VEHICLE ORDER CONFIRMATION 2025 EXPLORER 4-DOOR 05/07/24 18:46:11 Dealer: F71439 Page: 1 of 1 Order No: 0000 Priority: G3 Ord FIN: QB788 Order Type: 5B Price Level: 515 Ord Code: 500A Cust/Flt Name: CALCITY K8A 4DR AWD POLICE $49515 .119" WHEELBASE UM AGATE BLACK 9 CLTH BKTS/VNL R W ONYX INTERIOR 500A EQUIP GRP .FM STEREO 998 3.3L V6 TI-VCT (2330) 44U 10SPD AUTO TRAN CA BOARD FEES FLEET SPCL ADJ 425 50 STATE EMISS 47E 12.1" SCREEN 515 DUAL LED LAMPS 59B KEY CODE 1284X F1-Help 5005 - INQUIRY IS COMPLETE. PO Number: RETAIL RETAIL 90 NC NC 54480 66A FRONT HDLMP PKG $900 76D DEFLECTOR PLATE 340 92R SOLAR TINT 2ND 153 FRT LICENSE BKT SP DLR ACCT ADJ SP FLT ACCT CR FUEL CHARGE B4A NET INV FLT OPT DEST AND DELIV 1595 TOTAL BASE AND OPTIONS 54480 *THIS IS NOT AN INVOICE* NC NC NC NC 3700 620 50 F2-Return to Order TOTAL F3/F12-Veh Ord Menu F5-Add to Library QD05471 hrps www fmedealervi3270 fordic comw2WWWA capture htn 53of232 QUOTE NUMBER 020724-1 QUOTE DATE Seplember 11, 2024 Agency PO#. CESPON TERMS Due on Receipt SALESE REP Herman Sanchez SHIPPEDVIA Driver F.O.B. PREPAID or COLLECT PHILLONG PhilLong.com ATTN: Since 7945 QUOTE TO: California City Police Department Lt. Shannon Hayes PRICE AGREEMENTTIPS. (The Interlocal Purchasing System) #: 220304 5 Ford Ullity Interceptor, Mid Size, four Door, AWDF Police Pursuit Rated (Incl. Dark Car Feature, Driver Side Spotlight, Backup Camera, Police Engine Idie, Reverse Sensing, BLIS, Global Unlock, Keyless Entry) 2024 Ford Police Explorer Intorcoptor Non! Eco-Boost Exterior: Agate Black QUANTITY DESCRIPT TION UNIT PRICE 48,310.00 (1,500.00) 1,800.00 3,960.00 AMOUNT $241,550.00 ($7,500.00) $9,000.00 $19,800.00 5 Available Government Discount 5 Transport To: 21130 Hacienda Blvd. California City, CA 93505 5yoar/125,000 mile Factory Premium Care Warranty $0 Deductible * Vehiclos will not come with hubcaps duo tol Manufacturor No longer making hubcaps" Additional Information: Proposal valid for 30 Days DIRECT ALL INQUIRIES TO: Herman Sanchez (505) 250-9388 email: sanchergpnlong.om 262,850.00 $262,850.00 Total AMOUNT Phill Long Ford of Denver 7887) W. Tufts Ave. Denver,C080123 THANK YOUI FOR YOURBUSINESSI 54of232 Sales Quote DAMASAFETYSUPPIN, INC 48091 KOGER BLVD GREENSBORO, NC27407 Telephone: 800-845-0405 Califoria City CA Sales Quote No. Customer No. Ship' To 548307 MISC Bill To California City CA Contact: Telephone: E-mail: Quote Date Entered By Patrick Hope Order Approve Tax Quantity Quantity Contact: Telephone: E-mail: Customer PO Number Ordered) By Ship Vin K.O.B. Salesperson Patrick Hope -Losa Payment Method NET30 Resale Number Unit Extended Price Price 50,844.0000 50,844.00 0,0000 0.00 17,738.00 1,286.01 0.00 0.00 09/12/24 GROUNDFREIGHTI NON QUOTEDFREIGHT Item Number/Deseription N MISC N INFO Vehicle taxes AIIV Vehiclet taxesv willb bej paidi byt thec customer diroctly tothes states whent the vehicle is registereda att thel DMV N EVP EMERGENCYVEHICLEPACKAGE N MISC AFTEKMARKET/UPTTTAX7255 N INFO WEC converted lo SOI N MISC Whelen Arges LEDSpotlight 2023) New) Fordi Police Explorer White Warchouse: LOSA Warehouse: LOSA Warehouse: LOSA Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA 17,738.0000 1,286.0100 0.0000 0.0000 Print Date 09/12/24 Print Time 10:29:24AM Page No. Printed By: Patrick Hope Continued on! Next Page 55of232 Sales Quote PAMASAPEIYSUPPI.INC 4809 KOGER BLVD GREENSBORO, NC27407 Telephone: 800-845-0405 Califomia City CA Sales Quote No. Customer No. Ship" To 548307 MISC Bill To California City CA Contact: Telephone: E-mail: Quote Date Entered By Patrick Hope Order Approve Tax Quantity Quantity Contact: Telephone: E-mail: Customer PO Number OrderedBy Ship Via F.O.B. Salesperson Patrick Hope -Losa Payment Method NET30 Resale Number Unit Extended Price Price 0.0000 0.00 09/12/24 GROUNDFREIGHTNON. QUOTEDFREIGHT Item Number/ Description N GB8SP3J WECI LEGACY 48" LIGHTBAR RW/BW RA/BA 48IN, REDWHITEI DRIVER FRONT BLUEWHITEPASS FRONTWI RED/AMBERI DRIVERI REAR- BLUE/AMBERI PASS REAR WITA MOUNT KIT SOLDSEPIRATTINY": WECI Rear facing interior light bar RA/BA WHELENCARBIDE SIREN W/CANPORT& TIA WECCANTROL21 PUSHI BUTTON CONTROLI HEAD-ONLY CODE3 100W SPEAKER W'UNIVBRKT Warchouse: LOSA FULLFLOODI FEATURE FUNCTION, N MISC N CCSRNTS N CANCTL7 N C39000 0,0000 0.0000 0.0000 0.0000 0.00 0.00 0,00 0.00 Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA Print Date 09/12/24 Print Time 10:29:24AM Page No. 2 Printed By; Patrick Hope Continued on Next Page 56of232 Sales DANASAFETYSUPPLX,INC 4809 KOGER BLVD GREENSBORO, NC 27407 Telephone: 800-845-0405 Califomia City CA Quote 548307 MISC Sales Quote No. Customer No. Ship' To Bill To California City CA Contact: Telephone: E-mail: Quote Date Entered By Patrick Hope Order Approve Tax Quantity Quantity Contact: Telephone: E-mail: Customer PO Number Ordered By Ship Via F.O.B. Salesperson Patrick Hope -Losa Payment Method NET30 Resale Number Unit Extended Price Price 0.0000 0.00 0.0000 0.00 0.0000 0,00 0.0000 0.00 0.0000 0.00 09/12/24 GROUND FREIGHT NON QUOTEDFREIGHT Item Number/ Description N 7170-0734-08 GICONSOLEBOX WITHCUPI HOLDER. ANDSIDE 2020+ FORDE POLICE INTIRCIPTOReUTUIY, W PROPILE CONSOLEBOX WITH CUPHOLDER, ANDS SIDE ARMI REST N INFO activate Headlight and' Taillight Flasher N MCRNTR Whelen Micron Stud Mount-Red grille mount N MCRNTB Whelen Micron Stud) Mount Blue 2 N ENT2B3J Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA SOI INTERSECTOR I8-LEDUNDER MIRROR LIGHT RED/BLY UNIVERSAL 180 DEGREE XTEAMALUNDEK-MIVON OR SURFACET MOUNT Print Date 09/12/24 Print' Time 10:29:24AM Page No. 3 Printed By: Patrick Hope Continued on Next Page 57of232 Sales DANAS SAFETY: 48091 KOGER BLVD GREENSBORO, NC27407 Telephone: 800-845-0405 Califomia City CA Quote 548307 MISC SUPPLY, INC Sales Quote! No. Customer No, Ship To Bill To California City CA Contact: Telephone: E-mail: Quote Date Entered By Patrick Hope Order Approve Tax Quantity Quantity Contact: Telephone: E-mail: Customer PO Number Ordered By Ship Vin F.O.B. Salesperson Patrick Hope -Losa Payment Method NET30 Resale Number Unit Extended Price Price 0.0000 0.00 0.0000 0.00 0.0000 0.00 0.0000 0.00 0.0000 0.00 0.0000 0.00 09/12/24 GROUNDFREIGHT NON QUOTEDFREIGHT Item Number/Dexeription N TL12JX WHELENI RED/BLUESPLIT COLOR W/SMOKEDLENS Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA Warchouse: LOSA Warehouse: LOSA Warchouse: LOSA 2) next lol license plate 2) undern rear hatch 2 N WEC-IONJ Rear Side Glass N PKIJ29ITU20 SETINAPKII29ITU20 Extension Panels N MISC N 7160-1338 N INSTALL Whelen ION W/Universal Mount Red/Blue Setina) XI. ENtra Legroon Partition, Includes) XL Recessed Panela andi Lower Rearl Partition choose polycarbonate or wire mesh GAMBER, MESH WINDOW GUARDS DSS INSTALLATION OF EQUIPMENT Print Date 09/12/24 Print Time 10:29:24AM Page No. 4 Printed By: Patrick Hope Continued onl Next Page 58of232 Sales DAMASAVEIYSUPPIMINC 4809 KOGER BLVD GREENSBORO, NC27407 Telephone: 800-845-0405 Califomia City CA Quote 548307 MISC Sales Quote! No. Customer No. Ship' To Bill To Californial City CA Contact: Telephone: E-mail: Quote Date Entered By Patrick Hope Order Approve Tax Quantity Quantity Contact: Telephone: E-mail: Customer POI Number Ordered By Ship Via E.O.B. Salesperson Patrick Hope -Losn Payment Method NET30 Resale Number Unit Extended Price Price 0,0000 0.00 09/12/24 GROUNDFREIGHT NON QUOTEDFREIGHT Item Number/ Description N INSTALLKIT MISCI INSTALLATION SUPPLIESIE. LOOM, WIRE, MARDWARE, CONNECTORS, ETC Approved By: Warehouse: LOSA ApproveA All Items & Quantities Quote Good for: 301 Days Print Date 09/12/24 Print Time 10:29:24AM Page No. 5 Printed By: Patrick Hope Subtotal Freight Order' Total 69,868.01 451.00 70,319.01 59of232 UTILITAC EQUIPMEMTAVPFITING 6584 Ridgway Saint Marys Rd Ridgway, Pennsylvania 15853 Proposal #EST-3407 Estimate Date: : Expiry Date: Estimate Written By: Account Manager: Build Location: Qty ListPrice 5 54,770.00 item 09/11/2024 10/11/2024 Joseph Manno Joe (814) 594-3167 Shop Manager: . Jarrod (412)7 707-7281 Inventory Manager: Daulton (412)6 636-6056 Billl To Callfornia City CAI Fire Department 20890) Hacienda Blvd Calilornia City, California 93505 Item & Description VEHICLES Ridgway, PA YourCost 263,850.00 2024 Ford PIU SKU: MCFPIU24 * ONT THE LOT : Color- Whito KBA- 500AI Package -3.3L with 10 Spced Transmission Dark Car Foaturo Red/White Cargo Dome Lamp Driver ANDI Passonger LED Spot Lamp Rear Door Inoperable ** READY FOR1 THE ROAD" : Wholen Controllor Wholens Siren Spoaker (2)L Litigate Glass Lights (2) Liigate Open! Lights (2)1 TailLamp Lights (2) Head Lampl Lights Havis VSX Console Laptop and Printer Mount Packagef for PIU SKU: MVROVAKIEONITASS Package includes: CV1B00NUT-PM Console C-ARM-1001 Arm Rost CUP2-1 1004 Cup Holder C-MD-1191 Motion! Dovice Foatures: Integrated printer mount for Brother PocketJet printor Flip-upa armrost pad bracket gives access tok lockable accessory pocket Mado in! thet USA with al lifetime warranty CONSOLE 2 1,719.00 item 6,016.50 Tnul Most Quuitiod: Oflice- (344)288-7348 - Website- htpashmmautilacon, I Manday Friday B:00-4:00 60of232 Hom & Description Qty List Price 10 19.00 itom 10 39.95 ilom Your Cost 133.00 279.65 Havis- Mic ClipE Bracket SKU: HAV-C-MCB Magnetic Mio Mic bracket SKU: MAG- MMSU-1 Enhances salety! by reducings distractede driving. Troy Products PIUI Partition SKU: TRO-TPE-SLIUS-SS Troy Products- PIUR Partition Mounting Kit SKU: TRO-SAD-20-FDUV Troy Products- PIU Cargo Barrier SKU: TRO-TP-20-FDUVR Troy! Products- PIUN Window Guards SKU: TRO-AC-20-UV-SET Santa Cruz Universal Dual Gun Rack SKU: SAN-SC-920D55 PARTITION 5 5 1,071.00 itom 5 382.00 item 5 661.00 item 5 259.00 item 5 779.99 item 3,213.00 1,146.00 1,983.00 777.00 2,924.96 LIGHTING 10 11 12 13 Whelen- Legacy DUO-54" SKU: WHE EB20A Front- Red/Bluo withs white ovorride Roar Rod/Blues with ambor overrido Whelen LINSV2 PIUI MirrorE Brackets SKU: WHE-LSVBKTS0 Ford PIUI Mirror Mount! for Twol LINSV2" Series Whelen LINV2 Under Surlace Mount- Red SKU: WHE-LINSV2R 180* Waming andF Puddie Light. For Under Surface Mounting" Red Whelen LINV2 Under Surlace Mount- Blue SKU: WHE-LINSV2B 180* Waming and Puddie Light. For Undor Surface Mounting- Blue 5 2,737.00 item 5 item 5 302.00 item 5 302.00 item 13,685.00 113.90 1,011.70 1,011.70 34.00 The Mosts Qunlfiod Olice (844),288-7348 N Wobsito tpsymmmautac.com Monday-Friday 6:00-:00 61of232 Item &I Description aly ListF Price 168.00 Your Cost 562.80 562.80 127.30 14 15 16 OTHER Whelen! IONT-Series- Red SKU: WHE-TLIR (1) Mounted in rear cargo windows Whelen IONT T-Series Blue SKU: WHE-TLB (1) Mountedi in roard cargo windows Whelen! L Mounting Bracket for One TLIL Lighthead SKU: WHE-TIONBKTI For cargo mounted lighis 5 168.00 pes 10 item 19.00 17 Aiee Graphics Design andi Install 5 960.00 item 5 100.00 pcs 5 600.00 itom 4,750.00 500.00 SKU:UTGR Price variationt based on designs andy vinyl Laird- NMO Mount SKU: LAI-UTNMO Radio Bracket: Pro Wire For Radio: Wire, Mount, andi installonly Antennai is froquency spocilic Shop Supplies Allowance SKU: UTSSA Wire, Terminals, Fuses, Hoat Shrink, Etc. Labor- Install SKU: UTINSTALL * LIFETIME WARRANTY : Custom Built Wire Harnoss Rugged Braided Loom Color Coded Labeled Termination Destination and' Vehicle Shipping SKU:UTFS Utlitac loc California City, CA 18 2,400.00 22,436.00 20 200 112.18 21 12,645 miles Sub7 Total California Sales' Tax (7.25%) Shipping Charge Total 2.00 18,967.50 346,451.81 25,108.11 2,250.00 $373,809.92 Notes Thet Most Qualilodi Olice (844)288-7348 1S Wabisito htps.hmw.atilaccon 1 Monday-Fiday 8:00-4100 62of232 We'reg glady yout took thet first: stept to our partnership. Is the bosto decisions youve overr made. Toa approve. ploase dlick accept or sign and return. By: approving, you: ares agreeing! to alll thet terms below. proposal ist tot bes paid NET30 immediately! lollowing complotion ols scheduled work. bet barred byt thec customer. Additional shipping chargos not listod ont thep proposal mayi incur, restocking fcof for any iloms, the customori is responsible lor charges. Nor returns on anyi items after 300 days. Terms & Conditions Payment: Unless otherwise specified, account terms roquire vehicles to bey paid NET30 upon accoptance oft they proposal andi ther remaindor ofthe Limitations: This isap proposal valid for only 30 days. Truck cassis must come ready ton accept tho body and any additional work or modilications will Contracis: Ifa applicable tot thisy project, National BuyBoard Contract # 698-23or PA COSTARS contract 02E2238/95EA474 applies. Foes: Custom ordors can notb bec canceled or returned. Cancellalion! feo of an approvodo quote ist 6%oft thet totald cost. lther manulacturer chargosa Authorized: Signature Tnel Mout Quallioda piice (844)248-7348 - Webaita tps-mpmAtilac.com, Mondy-ti/s9PIO 63of232 Vehicle and Apparatus Total Funding Funding Source Amount $1,600,000 $2,000,000 $153,211.00 $48,248.93 3,817,459.93 Kudu Solar Project Fire Code Alternate Means Bellefield Solar Project Fire Code Alternate Means Carl Moyer Grant - Air Pollution Control District Police Department insurance payout for vehicle 1 Police Dept anticipated insurance payout vehicle! 2 $16,000.00 Total: Vehicle and Apparatus Total Costs Quantity 2 2 2 1 1 1 2 5 Vehicle Type Amount (Added in below) $2,952,614.07 $188,599.13 $60,554.63 $26,193.14 $:23,208.01 $137,708.51 $373,809.92 $3,762,687.41 Type 1 Fire Engines Type 6 Fire Engines FDS Squad/Utility trucks Arson Unit/ Dodge SUV AWD (USED) Fire Department Administration Unit AWD (USED) Chaplain unit AWD- Utility Terrain' Vehicles AWD Ford Explorer Police Interceptor Vehicles Total: 64of232 By approving all the above requested purchases, the fire department with still have a remaining balance of $54,772.52 in GL-19-3627 (Fire Donations) to cover any additional costs which include radio swaps and other necessary non-capital acquisitions andy vehicle upgrades done after the upfitted vehicles and apparatus arrive in California City. ATTACHMENTS: PIERCE TYPE 1BUILD SPECIFICATION BME TYPE 6 WILDAND ENGINE SPECIFICATIONS AWARDED CARL MOYER GRANT PACKET SelecrCategory) City Manager Approval (Initial): City Attorney Approval (Initial): Finance Manager Approval (Initial): Departmental Reports (DR) Consent Calendar (CC) City Manager Report(CMR) Continued Business (CB) New Business (NB) - - 65of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF FIRE APPARATUS FROM SOUTH COAST FIRE EQUIPMENT. resolve as follows: The City Council of the City of California City (hereafter referred to as the "City Council") does WHEREAS, the City has received dedicated funding from two local solar developments to upgrade the fire department's fleet to serve as an alternate means to meeting the terms of their conditions of approval ini their grading permits; and, WHEREAS, these funds must be used solely for the purpose of upgrading and or adding to the fire department fleet in order to convert all fire department vehicles toall-wheel-drive or four-wheel-drive capability; and, WHEREAS, the fire department was also awarded the Carl Moyer Grant in the amount of a $153,211.00 reimbursement from the East Kern Air Pollution Control District to replace its 1999 Seagrave fire engine with a new environmentally friendly fire engine; and, WHEREAS, the council has determined to approve the fire department to immediately purchase two type one Pierce fire engines and two type six BME wildland fire engines from South Coast Fire Equipment as a sole source provider of Pierce and BME products at a cost of $2,952,614.07 with the dedicated funds received from the solar developers and partial reimbursement by the East Kern Air Pollution Control District. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE FIRE DEPARTMENT IS AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURE. PASSED, APPROVED, AND ADOPTED by the City Council of the City of California City, this 17th day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 66of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF TWO FIRE MEDIC SQUAD TRUCKS FROM GTA FLEET SOLUTIONS INC. The City Council of the City. of California City (hereafter referred to as the "City Council") does WHEREAS, the City has received dedicating funding from two local solar developments to upgrade the fire department's fleet to serve as an alternate means to meeting the terms of their resolve as follows: conditions of approval ini their grading permits; and, WHEREAS, these funds must be used solely for the purpose of upgrading and or adding to the fire department fleet in order to convert all fire department vehicles toall-wheel-drive or four-wheel-drive capability; and, WHEREAS, the fire department has a need to replace its current 12-year-old, grant, donated, WHEREAS, the council has determined to approve the fire department toi immediately purchase two 2023 Ram 1500 medic squad rescue units from GTA Fleet Solutions at a cost of $188,599.13with medic squad unit with over 100k miles with two new reliable medic squad units; and, the dedicated funds from the solar developers. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE FIRE DEPARTMENT IS AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURE. PASSED, APPROVED, AND ADOPTED by the City Council oft the City of California City, this 17th day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 67of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF A DODGE DURANGO ARSON/FIRE INVESTIGATION UNIT FROM UTILITAC EQUIPMENT AND UPFITTING. The City Council of the City of California City (hereafter referred to as the "City Council") does WHEREAS, the City has reçeived dedicating funding from two local solar developments to upgrade the fire department's fleet to serve as an alternate means to meeting the terms of their resolve as follows: conditions of approval in their grading permits; and, WHEREAS, these funds must be used solely for the purpose of upgrading and or adding to the fire department fleet in order to convert all fire department vehicles toall-wheel-drivec orf four-wheel-drive capability; and, WHEREAS, the fire department has a need to replace its end-of-life arson/fire investigation unit with a reliable and purpose built all-wheel-drive arson vehicle to allow for the transportation of investigation tools, evidence, personnel, and discreet enforcement of illegal fireworks and arson investigations; and, WHEREAS, the council has determined to approve thet fire department toi immediately purchase one 2023 Dodge Durango Pursuit vehicle from Utilitac Equipment and Upfitters in the amount of $60,554.63 with the dedicated funds from the solar developers. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE FIRE DEPARTMENT IS AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURE. PASSED, APPROVED, AND ADOPTED by the City Council of the City of California City, this 17th day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 68of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF AN ALL-WHEEL-DRIVE ADMINISTRATION VEHICLE FOR THE FIRE DEPARTMENT. resolve as follows: The City Council of the City of California City (hereafter referred to as the "City Council") does WHEREAS, the City has received dedicating funding from two local solar developments to upgrade the fire department's fleet to serve as an alternate means to meeting the terms of their conditions of approval ini their grading permits; and, WHEREAS, these funds must be used solely for the purpose of upgrading and or adding to the fire department fleet in order to convert all fire department vehicles to all-wheel-drive ort four-wheel-drive capability; and, WHEREAS, the fire department has a need to add an al-wheel-drive capable administration WHEREAS, the council has determined to approve the fire department to immediately purchase aused AWD Ford Taurus from Asia Motors Inc. to be upfitted at Utilitac Equipment and Upfitters at a vehicle to assist in carrying out the department's mission; and, total cost of $26,193.14.with the dedicated funds from the solar developers. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE FIRE DEPARTMENT IS AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURE. PASSED, APPROVED, AND ADOPTED by the City Council of the City of California City, this 17th day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 69of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF AN ALL-WHEEL-DRIVE CHAPLAIN VEHICLE FOR THE FIRE DEPARTMENT. resolve as follows: The City Council of the City of California City (hereafter referred to as the "City Council") does WHEREAS, the City has received dedicating funding from two local solar developments to upgrade the fire department's fleet to serve as an alternate means to meeting the terms of their conditions of approval in their grading permits; and, WHEREAS, these funds must be used solely for the purpose of upgrading and or adding to the fire department fleet in order to convert all fire department vehicles to all-wheel-drive or four-wheel drive capability; and, WHEREAS, the fire department has a need to add an all-wheel-drive capable chaplain vehicle to assist in carrying out the department's mission, while accounting for the mental, physical, emotional, and spiritual health and well-being of its first responders, their families, and the community as a whole; and, WHEREAS, the council has determined to approve the fire department to immediately purchase a used AWD Ford Taurus from Asia Motors Inc. to be upfitted at Utilitac Equipment and Upfitters at a total cost of $23,208.01 with the dedicated funds from the solar developers. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE FIRE DEPARTMENT IS AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURE. PASSED, APPROVED, AND ADOPTED by the City Council of the City of California City, this 17th day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 70of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF TWO UTILITY TERRAIN VEHICLES (UTV) FOR THE FIRE AND POLICE DEPARTMENTS. The City Council of the City of California City (hereafter referred to as the "City Council") does WHEREAS, the City has received dedicating funding from two local solar developments to upgrade the fire department's fleet to serve as an alternate means to meeting the terms of their resolve as follows: conditions of approval in their grading permits; and, WHEREAS, these funds must be used solely for the purpose of upgrading the entire fire department fleet to all-wheel-drive or four-wheel-drive capability as well as increase the access capability of emergency vehicles int the police department to the solar properties; and, WHEREAS, the fire department and police department have requested to acquire two all- wheel-drive 2024 Polaris Xpedition ADV 5 Northstar utility terrain vehicles upfitted for emergency response to all off-road areas in California City, to include both solar developments that have funded the acquisition; and, WHEREAS, the council has determined to approve the fire and police department toi immediately purchase two 2024 Polaris Xpedition ADV 5 Northstar UTV's from Legend's Polaris and have them upfitted for emergency response by Utlitac Equipment and Upfitters at a cost of $137,708.51 with the dedicated funds from the solar developers. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE FIRE DEPARTMENT AND POLICE DEPARTMENT ARE AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURES. PASSED, APPROVED, AND ADOPTED by the City Council of the City of California City, this 17" day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 71of232 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA, AUTHORIZING THE PURCHASE OF FIVE ALL-WHEEL-DRIVE PATROL VEHICLES FOR THE POLICE DEPARTMENT. resolve as follows: The City Council of the City of California City (hereafter referred to as the "City Council") does WHEREAS, the City has received dedicating funding from one local solar development to upgrade the police department's fleet with four all-wheel-drive patrol vehicles to serve as an alternate means to meeting the terms of their conditions of approval in their grading permits; and, WHEREAS, a portion ofthet total funds received must be used solely fori the purpose of acquiring WHEREAS, the police department has additional insurance payout funds from two totaled WHEREAS, the council has determined to approve the police department to immediately purchase five AWD Explorer Interceptor patrol vehicles from Utilitac Equipment and Upfitters at a total cost of $373,809.92, with the dedicated funds from the solar developer and insurance payout funds four all-wheel-drive patrol vehicles; and, patrol vehicles which shall be put towards the acquisition of a fifth patrol unit; and, received. NOW, THEREFORE BE IT RESOLVED, DETERMINED, AND ORDERED BY THE CITY COUNCIL OF THE CITY OF CALIFORNIA CITY, CALIFORNIA THAT THE POLICE DEPARTMENT IS AUTHORIZED TO PURCHASE THE ABOVE OUTLINED CAPITAL EXPENDITURE. PASSED, APPROVED, AND ADOPTED by the City Council of the City of California City, this 17th day of September 2024. Kelly Kulikoff, Mayor ATTEST: APPROVED AS TO FORM: Daryl A. Betancur, MPA, MMC Victor M. Ponto, City Attorney City Clerk 72of232 Proposal for California City Fire Department Prepared by South Coast Fire Equipment, Inc 08/06/2024 iotce PERFORM. LIKE No OTHER. CONTENTS GENERAL DESIGN AND CONSTRUCTION. QUALITY ANDI WORKMANSHIP. MANUAL AND SERVICE INFORMATION .89 .89 .90 .90 .90 .90 .90 .91 .91 .91 .91 91 .91 .91 .92 .92 .92 .93 .93 .93 .93 .93 .93 .93 .94 .94 .94 .94 .94 ..95 .95 .95 .95 ..95 DELIVERY. SAFETY VIDEO. PERFORMANCE TESTS SERVICE AND WARRANTY SUPPORT. LIABILITY. INSURANCE PROVIDED BY BIDDER. COMMERCIAL GENERAL LIABILITY INSURANCE. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE. UMBRELLA/EXCESS LIABILITY INSURANCE INSURANCE PROVIDED BY MANUFACTURER PRODUCTI LIABILITY INSURANCE. UMBRELLA/EXCESS LIABILITY INSURANCE SINGLE SOURCE MANUFACTURER NFPA 2024 STANDARDS. NFPA COMPLIANCY PUMP TEST.. GENERATOR TEST.. BREATHING AIR TEST. INSPECTION TRIP(S). BID BOND NOT REQUESTED. PERFORMANCE BOND NOT REQUESTED. APPROVAL DRAWING. DRAWING, COMPARTMENT LAYOUT. ELECTRICAL WIRING DIAGRAMS. ENFORCER CHASSIS, WHEELBASE. GVW RATING. FRAME FRONT AXLE. FRONT SUSPENSION VEHICLE INSPECTION PROGRAM CERTIFICATION. 74of232 SHOCK ABSORBERS. GREASE SEALS. FRONT TIRES.. REAR AXLE. TOP SPEED OF VEHICLE. REAR SUSPENSION REAR OIL SEALS REAR TIRES. TIRE BALANCE. .95 95 .95 .95 .95 .96 .96 .96 .96 .96 .96 .96 .96 .96 .96 .97 97 .97 .97 .97 .98 .98 .98 .98 .98 98 .99 .99 .99 .99 .99 .99 100 .100 100 TIRE PRESSURE MANAGEMENT. CHROME LUG NUT COVERS MUD FLAPS. WHEEL CHOCKS. WHEEL CHOCK BRACKETS ELECTRONIC STABILITY CONTROL. ANTI-LOCK BRAKE SYSTEM. AUTOMATIC TRACTION CONTROL. AIR COMPRESSOR, BRAKE SYSTEM. BRAKE SYSTEM.. BRAKE SYSTEM AIR DRYER. BRAKE LINES. AIR INLET/OUTLET. RECESSED BOX FOR AIR FITTING ENGINE. HIGH IDLE. ENGINE BRAKE. CLUTCH FAN.. ENGINE AIR INTAKE, EXHAUST SYSTEM. RADIATOR. COOLANT LINES. FUEL TANK. DIESEL EXHAUST FLUID TANK. TRANSMISSION. BRAKES. 75of232 TRANSMISSION SHIFTER. TRANSMISSION PROGRAMMING. TRANSMISSION COOLER DRIVELINE STEERING. STEERING WHEEL. BUMPER. Gravel Pan... CENTER HOSE TRAY.. Center Tray Cover, LIFT AND TOW MOUNTS.. TOW HOOKS. HINGED CENTER SECTION.. WELDED ROD AROUND HOSE NOTCH.. FRONT BUMPER UL-LX COATING. CAB ROOF DRIP RAIL. CAB PUMP ENCLOSURE. FENDER LINERS. PANORAMIC WINDSHIELD. WINDSHIELD WIPERS ENGINE TUNNEL INSULATION PACKAGE. CAB LIFT. Cab Lift Interlock GRILLE. DOOR JAMB SCUFFPLATES. MIRRORS.. DOORS. Door Panels. 100 100 100 .101 .101 101 .101 101 .101 .101 101 101 102 102 .102 .102 102 103 103 .103 .103 103 103 103 104 104 104 104 104 104 104 105 105 105 105 LOGO AND CUSTOMER DESIGNATION ON DASH. CAB.. CAB REAR WALL EXTERIOR COVERING. ELECTRIC OPERATED CAB DOOR WINDOWS, ELECTRIC CAB DOOR LOCKS. CAB STEPS 76of232 CAB EXTERIOR HANDRAILS STEP LIGHTS. FENDER CROWNS CREW CAB WINDOWS. REAR WALL WINDOWS. 105 106 106 106 106 106 106 106 .106 .106 .106 .106 106 .107 107 .107 107 107 107 .107 .107 108 .108 108 .108 109 .109 109 109 109 .109 109 109 ..109 .110 LIGHTED HANDRAIL BELOW CAB WINDSHIELD. LEFT SIDE UPPER CREW CAB DOOR WINDOW TINT. RIGHT SIDE UPPER CREW CAB DOOR WINDOW TINT., LEFT SIDE REAR WALL WINDOW TINT. BEHIND RIGHT SIDE CAB DOOR WINDOW TINT. RIGHT SIDE REAR WALL WINDOW TINT. LEFT SIDE ROLLUP CREW CAB DOOR WINDOW TINT. BEHIND LEFT SIDE CAB DOOR WINDOW TINT. RIGHT SIDE ROLLUP CREW CAB DOOR WINDOW TINT., CAB DASH MOUNTING PLATE ON ENGINE TUNNEL. CAB INTERIOR. CAB INTERIOR UPHOLSTERY CAB INTERIOR PAINT. CAB FLOOR.. DEFROST/AIR CONDITIONING SYSTEM. Cab Defroster Cab/Crew Auxiliary Heater Air Conditioning Climate Control Gravity Drain Tubes.. 120 VOLT AIR CONDITIONING. INTERIOR: CAB INSULATION SUN VISORS. GRAB HANDLE. ENGINE COMPARTMENT LIGHTS. ACCESS TO ENGINE DIPSTICKS MAP BOX. TRAY. SEATING CAPACITY. 77of232 DRIVER SEAT. OFFICER SEAT. 110 110 110 110 110 111 111 111 111 111 111 111 112 112 112 112 112 112 112 114 114 115 115 116 116 116 116 116 117 117 117 118 118 .118 .118 REAR FACING DRIVER SIDE OUTBOARD SEAT.. REAR FACING PASSENGER SIDE OUTBOARD SEAT FORWARD FACING DRIVER SIDE OUTBOARD SEAT. FORWARD FACING CENTER STORAGE COMPARTMENT FORWARD FACING PASSENGER SIDE OUTBOARD SEAT. REAR FACING OVERHEAD STORAGE COMPARTMENT. Compartment Light. SEAT UPHOLSTERY AIR BOTTLE HOLDERS. SEAT BELTS. HELMET STORAGE.. CAB DOME LIGHTS. ENHANCED SOFTWARE FOR CAB AND CREW CAB DOME LIGHTS. ADDITIONAL OVERHEAD MAP LIGHT. HAND HELD LIGHT. CAB INSTRUMENTATION Gauges.. Indicator Lamps. Alarms Indicator Lamp and Alarm Prove-Out. Control Switches Custom Switch Panels.. Diagnostic Panel Cab LCD Display.. AIR RESTRICTION INDICATOR. "DO NOT MOVE APPARATUS" INDICATOR. DO NOT MOVE TRUCK MESSAGES SWITCH PANELS. WIPER CONTROL SPARE CIRCUIT.. SPARE CIRCUIT. SPARE CIRCUIT.. SPARE CIRCUIT. 78of232 STEREO RADIO. INFORMATION CENTER. General Screen Design.. Home/Transit Screen. On Scene Screen.. Virtual Buttons. Page Screen VEHICLE DATA RECORDER. Seat Belt Monitoring System.. INTERCOM SYSTEM.. RADIO INTERFACE NOT REQUIRED. HEADSET, OVER THE HEAD. RADIO ANTENNA MOUNT. VEHICLE CAMERA SYSTEM. Camera Switcher. RECESS REAR CAMERA. 119 119 119 120 120 120 120 122 .123 123 123 .123 123 .124 .124 .124 124 124 125 .125 .125 126 126 126 .126 126 .127 127 127 128 128 128 128 .128 128 ELECTRICAL POWER CONTROL SYSTEM. Solid-State Control System. Circuit Protection and Control Diagram.. On-Board Electrical System Diagnostics.. TCU Module with WiFi Indicator Light and Alarm Prove-Out System Voltage Monitor System. Dedicated Radio Equipment Connection Points.. EMI/RFI Protection. ELECTRICAL SYSTEM PROGNOSTICS. ELECTRICAL. BATTERY SYSTEM. BATTERY SYSTEM. MASTER BATTERY SWITCH. BATTERY COMPARTMENTS JUMPER STUDS. BATTERY CHARGER. REMOTE CONTROL PANEL - BATTERY CHARGER. AUTO EJECT FOR SHORELINE. 79of232 ALTERNATOR. ELECTRONIC LOAD MANAGER. SEQUENCER. HEADLIGHTS DIRECTIONAL LIGHTS. INTERMEDIATE LIGHT. CAB LEARANCE/MARKENID LIGHTS FRONT CAB SIDE DIRECTIONALMARKER LIGHTS REAR CLEARANCE/MARKENID LIGHTING REAR FMVSS LIGHTING. LICENSE PLATE BRACKET BACK-UP ALARM CAB PERIMETER SCENE LIGHTS. PUMP HOUSE PERIMETER LIGHTS. BODY PERIMETER SCENE LIGHTS 129 129 129 130 130 130 130 130 130 131 131 132 .132 132 .132 .132 132 .132 132 133 133 133 .133 133 134 134 .134 134 .135 135 .135 135 .135 135 .136 ENHANCED SOFTWARE FOR PERIMETER LIGHTS STEP LIGHTS SCENE LIGHTS. SCENE LIGHTS. 12 VOLT LIGHTING 12 VOLT DC SCENE LIGHTS. 12 VOLT DC SCENE LIGHTS. 12 VOLT DC SCENE LIGHTS. 12 VOLT DC SCENE LIGHTS. 12 VOLT LIGHTING HOSE BED LIGHTS WALKING SURFACE LIGHT. WATER TANK. SLEEVE, PLUMBING, THROUGH TANK. WATER TANK RESTRAINT, BODY HEIGHT.. HOSE BED HOSE BED DIVIDER.. HOSE BED COVER ELECTRIC ACTUATOR.. HOSE BED RESTRAINT, REAR.. 80of232 RUNNING BOARDS. TAILBOARD REAR WALL, BODY MATERIAL, PUC. TOW BAR COMPARTMENTATION, UNDERBODY SUPPORT SYSTEM. AGGRESSIVE WALKING SURFACE. TESTING OF BODY DESIGN.. LEFT SIDE COMPARIMENTAION. RIGHT SIDE COMPARTMENTATION SIDE COMPARTMENT DOORS.. REAR COMPARTMENTATION ROLLUP REAR COMPARTMENT DOOR. 136 136 136 136 136 137 137 138 138 138 139 139 140 140 .141 141 141 141 141 141 142 142 142 142 142 .143 143 143 143 143 .143 144 144 144 144 LOUVERS. SCUFFPLATE. ROLL-UP DOOR TRIM. COMPARTMENT LIGHTING. HATCH COMPARTMENTS HATCH COMPARTMENT LIGHTING. MOUNTING TRACKS. ADJUSTABLE SHELVES.. ADJUSTABLE SHELVES. ADJUSTABLE SHELVES. SLIDE-OUT ADJUSTABLE HEIGHT TRAY. SIDE-OUT/TILF-DOWN TRAY.. SLIDE-OUT FLOOR MOUNTED TRAY. SWING OUT TOOLBOARD BODY TRIM PIECE. COMPARTMENT FLOOR SCUFFPLATE. STORAGE TROUGH. SCBA HOLDER.. TOOL DRAWERS STAINLESS STEEL IPOS. RUB RAIL. MATTING, COMPARTMENT TRAYS AND SHELVES 81of232 BODY FENDER CROWNS. HARD SUCTION HOSE HOSE TROUGHS. HANDRAILS 144 144 144 145 145 145 145 146 .146 146 146 .146 146 146 146 146 146 147 147 147 147 147 .147 147 147 147 .148 148 .148 149 .149 149 149 ..149 150 EXTINGUISHER/AIR BOTTLE/ STORAGE (Triangular) AIR BOTTLE COMPARTMENT STRAP AIR BOTTLE STORAGE (Single) AIR BOTTLE COMPARTMENT STRAP. AIR BOTTLE STORAGE TROUGH. AIR BOTTLE STORAGE (Triple). AIR BOTTLE COMPARTMENT STRAP. EXTENSION LADDER ROOF LADDER. LADDER STORAGE. FOLDING LADDER. 4' PIKE POLE. 6' PIKE POLE. PIKE POLES PIKE POLE, 6. LONG ITEM STORAGE COMPARTMENT. LONG ITEM STORAGE COMPARTMENT. TRASH HOOK STORAGE. PIKE POLE STORAGE. PIKE POLE STORAGE. LADDER, TOP ACCESS. PUMP CONTROL PANELS (Left Side Control) CARGO AREA FLOOR LOWERED CARGO AREA COMPARTMENT PUMP PUMP MOUNTING.. MECHANICAL SEALS. PUMP GEAR CASE. CLUTCH.. PUMPING MODE. LOW PRESSURE/HIGH TEMPERATURE LIGHTS. 82of232 PUMP SHIFT. TRANSMISSION LOCK UP. AUXILIARY COOLING SYSTEM. PUMP INTAKE RELIEF VALVE.. PIERCE PRESSURE CONTROLLER. PRIMING PUMP. PUMP MANUALS. 150 150 150 150 .150 152 .152 152 .152 152 152 152 .153 .153 153 .153 .153 .153 153 ..153 .153 154 154 154 154 154 ..154 154 155 155 155 155 155 155 155 PLUMBING, STAINLESS STEEL AND HOSE. FOAM SYSTEM PLUMBING. MAIN PUMP INLETS. MAIN PUMP INLET CAP. VALVES. INLET CONTROL LEFT SIDE INLET.. RIGHT SIDE INLET. ANODE, INLET. INLET BLEEDER VALVE. TANK TO PUMP. TANK REFILL DISCHARGE OUTLET CONTROLS. LEFT SIDE DISCHARGE OUTLETS. RIGHT SIDE DISCHARGE OUTLETS. LARGE DIAMETER DISCHARGE OUTLET. LARGE DIAMETER OUTLET CAP. FRONT DISCHARGE OUTLET. REAR DISCHARGE OUTLET, REAR OUTLET ELBOWS DISCHARGE CAPS/ INLET PLUGS. OUTLET BLEEDER VALVE. DELUGE RISER. TELESCOPIC PIPING. MONITOR. CROSSLAY MODULE CROSSLAY HOSE RESTRAINT, DELUGE OUTLET SPECIAL INSTRUCTIONS. 83of232 CROSSLAY(S), LOWER. 1.50" Crosslays. Crosslay Hose Trays ROSILAYS/DEADLAYS) UPPER. 2.50" Crosslay. Deadlay, Crosslay Hose Trays BOOSTER HOSE REELS. HOSEREEL ACCESS., HUSKY 3 FOAM PROPORTIONER System Capacity. Control System Hydraulic Drive System. Foam Concentrate Pump... External Foam Concentrate Connection. Panel Mounted External Pick-Up Connection / Valve. 155 156 156 156 156 156 156 156 157 157 157 157 158 158 .158 158 158 158 158 .158 159 159 159 159 159 .159 .160 160 160 160 .160 160 160 .161 .161 Pick-Up Hose. Discharges.. System Electrical Load. SINGLE FOAM TANK REFILL. FOAM' TANK. FOAM TANK DRAIN PUMP OPERATOR'S PANEL DRAWING REMAINING PUMP PANEL(S) COLOR CODED TAGS. SPECIAL TEXI/VERBIAGE TAGS. PUMP PANEL CONFIGURATION PUMP AND GAUGE PANEL PUMP AND PLUMBING ACCESS. PUMP COMPARTMENT LIGHT. THROTTLE READY GREEN INDICATOR LIGHT VACUUM AND PRESSURE GAUGES. PRESSURE GAUGES. WATER LEVEL GAUGE.. MINI SLAVE UNIT. 84of232 ADDITIONAL WATER LEVEL GAUGE.. FOAM LEVEL GAUGE. AIR HORN SYSTEM.. Air Horn Location Air Horn Control. ELECTRONIC SIREN., SIREN CONTROL. SPEAKER 161 161 161 .162 .162 162 .162 .162 162 162 162 ..163 163 164 164 164 164 164 165 165 165 165 165 165 166 166 166 166 166 .166 166 167 167 ..167 168 SIDE CONTROL PUMP OPERATORS/PUMP PANEL LIGHTING AUXILIARY MECHANICAL SIREN. MECHANICAL SIREN CONTROL. FRONT ZONE UPPER WARNING LIGHTS. LIGHTS, FRONT ZONE LOWER HEADLIGHT FLASHER. SIDE ZONE LOWER LIGHTING.. INTERIOR CAB DOOR WARNING LIGHTS ELECTRICAL CONNECTORS FOR WARNING LIGHTS. REAR ZONE LOWER LIGHTING. WARNING LIGHTS (Rear and Side upper zones) TRAFFIC DIRECTING LIGHT. LOOSE EQUIPMENT. NFPA LOOSE EQUIPMENT. FRONT WARNING FLASH PATTERN ADJUSTMENT. NFPA Required Loose Equipment Provided by Fire Department: NFPA Loose Equipment That Shall be Considered:. SOFT SUCTION HOSE PROVIDED BY FIRE DEPARTMENT STRAINER PROVIDED BY FIRE DEPARTMENT, DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT. WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT. FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT. PICKHEAD AXE PROVIDED BY FIRE DEPARTMENT, CAB THREE-TONE PAINT. TWO-TONE BODY PAINT PAINT PAINT: ENVIRONMENTAL IMPACT. 85of232 PAINT CHASSIS FRAME ASSEMBLY. FRONT WHEELS PAINT. REAR WHEELS PAINT AXLE HUB PAINT. COMPARTMENT INTERIOR PAINT. REFLECTIVE STRIPES. REAR CHEVRON STRIPING. JOG(S) INR REFLECTIVE BAND.. REFLECTIVE STRIPE OUTLINE, VINYLSTRIPE INSIDE RUBRAILS. CAB DOOR REFLECTIVE STRIPE. 168 169 169 169 .169 169 .169 169 .169 .170 170 .170 170 .170 170 .170 170 170 170 .170 170 170 170 171 .171 171 .171 171 172 172 172 .172 172 .172 .172 CAB STRIPE. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. LETTERING. MALTESE CROSS INSTALLATION CAB GRILLE DESIGN.. FIRE APPARATUS PARTS MANUAL Service Parts Internet Site.. CHASSIS SERVICE MANUALS. CHASSIS OPERATION MANUAL. ENGINE WARRANTY. STEERING GEAR WARRANTY.. FIFTY (50) YEAR STRUCTURAL INTEGRITY FRONT AXLE WARRANTY. ONE (1) YEAR MATERIAL AND WORKMANSHIP. SINGLE REAR AXLE FIVE (5) YEAR MATERIAL AND WORKMANSHIP WARRANTY, 86of232 ABS BRAKE SYSTEM THREE (3) YEAR MATERIAL AND WORKMANSHIP WARRANTY. 172 172 172 172 172 172 .172 172 173 173 173 173 173 173 .173 .173 .173 .173 173 .173 .174 174 174 .174 174 .174 .174 .174 .174 175 .175 175 .175 175 175 TEN (10) YEAR STRUCTURAL INTEGRITY. TEN (10) YEAR PRO-RATED PAINT AND CORROSION. TEN (10) YEAR PRO-RATED PAINT AND CORROSION. FIVE (5) YEAR MATERIAL AND WORKMANSHIP, CAMERA SYSTEM WARRANTY COMPARTMENT LIGHT WARRANTY TRANSMISSION WARRANTY. TRANSMISSION COOLER WARRANTY WATER TANK WARRANTY. TEN (10) YEAR STRUCTURAL INTEGRITY. ROLL UP DOOR MATERIAL AND' WORKMANSHIP WARRANTY. SEVEN (7) YEAR PARTS, ONE (1) YEAR LABOR. TEN (10) YEAR PUMP PLUMBING WARRANTY. TEN (10) YEAR PRO-RATED PAINT AND CORROSION. THREE (3) YEAR MATERIAL AND WORKMANSHIP. VEHICLE STABILITY CERTIFICATION. ENGINE INSTALLATION CERTIFICATION. POWER STEERING CERTIFICATION. CAB INTEGRITY CERTIFICATION. FOAM SYSTEM WARRANTY Side Impact. Frontal Impact. Additional Frontal Impact.. Roof Crush. Additional Roof Crush. CAB DOOR DURABILITY CERTIFICATION WINDSHIELD WIPER DURABILITY CERTIFICATION ELECTRIC WINDOW DURABILITY CERTIFICATION. SEAT BELT ANCHOR STRENGTH. SEAT MOUNTING STRENGTH. PERFORMANCE CERTIFICATIONS, Cab Air Conditioning. Cab Defroster Cab Auxiliary Heater. 87of232 AMP DRAW REPORT. 175 88of232 South Coast Fire Equipment is pleased to submit a proposal to California City Fire Department foral Pierce@ multi purpose response vehicle per your request for quotation. The following paragraphs will describe in detail the apparatus, construction methods, and equipment proposed. This proposal will indicate size, type, model and make of components parts and equipment, providing proofofcompliance with cach and every PIERCE, MANUFACTURING was founded in 1913. Since then we have been building bodies with one philosophy, "BUILD THE FINEST". Our skilled craftsmen take pride in their work, which is reflected, in the final product. We have been building fire apparatus since the early "forties" giving Pierce Manufacturing over 75 years of experience in the fire apparatus market. Pierce Manufacturing has built and put into service more than 62,500 apparatus, including more than 33,900 on Pierce custom chassis designed and built specifically for fire and emergency applications. Our Appleton, Wisconsin facility has over 870,000 total square feet of floor space situated on approximately 105 acres of land. Our Bradenton, Florida facility has Our beliefs in high ethical standards are carried through in all of our commitments and to everyone with whom we do business. Honesty, Integrity, Accountability and Citizenship are global tenets by which we all live and work. Consequently, we neither engage in, nor have we ever been convicted of price fixing, bid Pierce has only one brand of fire apparatus "Pierce", ensuring you are receiving top oft the line product that Ins accordance with the current edition of applicable NFPA standards, this) proposal will specify whether the fire department, manufacturer, or apparatus dealership will provide required loose equipment. Images and illustrative material in this proposal are as accurate as known at the time of publication, but are subject to change without notice. Images and illustrative material is for reference only, and may include optional equipment and accessories and may not include all standard equipment. item (except where noted) in the departments advertised specifications. 300,000 square feet of floor space situated on approximately 38 acres ofl land. rigging, or collusion in any domestic or international fire apparatus market. meets your specification. GENERAL DESIGN AND CONSTRUCTION To control quality, ensure compatibility, and provide a single source for service and warranty, the custom cab, chassis, pump module and body will be entirely designed, assembled/welded and painted in Pierce owned manufacturing facilities. This includes, but not limited. to the cab weldment, the pumphouse module assembly, the chassis assembly, the body and the electrical system. QUALITYAND WORKMANSHIP Pierce has set the pace for quality and workmanship in the fire apparatus field. Our tradition of building the highest quality units with craftsmen second to none has been the rule right from the beginning and we demonstrate that ongoing commitment by: Ensuring all steel welding follows American Welding Society D1.1-2004 recommendations for structural steel welding. All aluminum welding follows American Welding society and ANSI D1.2-2003 requirements for structural welding of aluminum. All sheet metal welding follows. American welding Society B2.1-2000 requirements for structural welding of sheet metal. Our flux core arc welding uses alloy rods, type 7000 and is performed to American Welding Society standards A5.20- E70T1. Furthermore, all employees classified as welders are tested and certified to meet the American welding Society codes upon hire and every three (3) years thereafter. Pierce also employs and American Welding Society certified welding inspector inj plant during working hours to monitor weld quality. Pierce Manufacturing operates a Quality Management System under the requirements ofISO9001. These standards sponsored by the International Organization for Standardization (ISO) specify the quality systems that are established by the manufacturer for design, manufacture, installation and service. A copy oft the In addition to the Quality Management system, we also employ a Quality Achievement Supplier program to ensure the vendors and suppliers that we utilize meet the high standards we demand. That is just partofour certificate of compliance is included with this proposal. overall "Quality at the Source" program at Pierce. To demonstrate the quality of our products and services, a list of at least ten (10) fire eparmentymuniepalities that have purchased vehicles for a second time is provided. 89of232 DELIVERY The apparatus will be delivered under its own power to ensure proper break-in of all components while the apparatus is still under warranty. A qualified delivery representative shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in proper operation, care and maintenance oft the equipment delivered. MANUAL AND SERVICE INFORMATION At time of delivery, complete operation and maintenance manuals covering the apparatus will be provided. A permanent plate will be mounted in the driver's compartment specifying the quantity and type of fluids required including engine oil, engine coolant, transmission, pump transmission lubrication, pump primer and drive axle. SAFETYVIDEO At the time of delivery Pierce will also provide one (1)3 39-minute, professionally produced apparatus safety video, in DVD format. A link to the video is also available on the Pierce Training website. This video will address key safety considerations for personnel to follow when they are driving, operating, and maintaining the apparatus, including the following: vehicle pre-trip inspection, chassis operation, pump operation, acrial operation, and safety during maintenance. PERFORMANCE TESTS A road test will be conducted with the apparatus fully loaded and a continuous run of no less than ten (10) miles. During that time the apparatus will show no loss of power nor will it overheat. The transmission drive. shaft or shafts and the axles will run quietly and be free of abnormal vibration or noise. The apparatus when fully loaded will not have less than 25 percent nor more than 50 percent on the front axle, and not less than 50 percent nor more than 75 percent on the rear axle. The apparatus will meet the current edition of applicable NFPA: standards acceleration and braking requirements. SERVICE AND WARRANTY SUPPORT Pierce dealership support willl be provided by South Coast Fire Equipment by operating in conjunction witha Pierce authorized service center. The service center will have factory-trained mechanics on staff versed in Pierce fire apparatus. The service facility will be located within two hundred fifty (250) miles of the fire In addition to the dealership, Pierce has service facilities located in both, Weyauwega, Wisconsin and Bradenton, Florida. Pierce also maintains a dedicated parts facility ofover 100,000 square feet in. Appleton, Wisconsin. The parts facility stocks in excess of$5,000,000 in parts dedicated to service and replacement parts. The parts facility employs a: staff dedicated solely for the distribution and shipment of service and Service parts for the apparatus being proposed can be found via Pierceparts.com which, is an interactive online tool that delivers information regarding your specific apparatus as well as the opportunity to register As a Pierce customer you have the ability to view the complete bill of materials for your specific apparatus, including assembly drawings, piece part drawings, and beneficial parts notations. You will also have the ability to search the complete Pierce item master through aj parts search function which offers all Pierce SKU's and descriptions offered on all Pierce apparatus. Published component catalogs, which include proprietary systems along with an extensive operator's manual library is available for easy reference. Pierce Manufacturing maintains a dedicated service and warranty staff of over 35 personnel, dedicated to customer support, which also maintains a 24 hour 7 day a week toll free hot line, four (4) on staffEVTs, and department. replacement parts. for training classes. offers hands-on repair and maintenance training classes multiple times a year. 90of232 LIABILITY The successful bidder will defend any and all suits and assume all liability for the use ofany patented process including any device or article forming aj part oft the apparatus or any appliance furnished under the contract. INSURANCE PROVIDED BY BIDDER COMMERCIAL GENERAL LIABILITY INSURANCE The successful bidder will, during the performance oft the contract and for three (3): years following acceptance oft the product, keep in force at least the following minimum limits of commercial general liability insurance: Each Oecurrence51,000000 Products/Completed Operations Aggregate51,000,000 Personal and Advertising Injury$1,000,000 General Aggregate52.000,00 Coverage will be written on a Commercial General Liability form. The policy will be written on an occurrence form and will include Contractual Liability coverage for bodily injury and property damage subject to the terms and conditions oft the policy. The policy will include Owner as an additional insured when required by written contract. COMMERCIAL AUTOMOBILE LIABILITY INSURANCE The successful bidder will, during the performance. of the contract, keep in force at least the following minimum limits ofcommercial automobile liability insurançe and coverage will be written ona Commercial Automobile liability form: Each, Accident Combined Single Limit:$1,000,000 UMBRELLA/EXCESS LIABILITY: INSURANCE The successful bidder will, during the performance of the contract and for three (3). years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate:s3,000000 Each Oceurrenee:,000,000 The umbrella policy willl be written on an occurrence basis and at a minimum provide excess to the The required limits can be provided by one (1) or more policies provided all other insurance All policies will provide a 30-day notice of cancellation to the named insured. The Certificate of Insurance will provide the following cancellation clause: Should any oft the above described polices be cancelled before the expiration date thercof, notice will be delivered in accordance with the policy Bidder agrees to furnish owner with a current Certificate ofInsurance with the coverages listed above bidder's General Liability and Automobile Liability policies. requirements are met. Coverage will be provided by a carrier(s) rated. A- or better by A.M. Best. provisions. along with the bid. The certificate will show the purchaser as certificate holder. INSURANCE PROVIDED BY MANUFACTURER PRODUCT HABIUIEINSURANCE The manufacturer will, during the performance of the contract and for three (3): years following acceptance of the product, keep in force at least the following minimum limits ofl Product Liability insurance: Each Oceurence5l,000,000 Products/Compicted Operations Aggregate51,000,000 91of232 Coverage will be written on a Commercial General Liability form. The policy will be written on an occurrence form. The manufacturer's policy will include the owner, as additional insured when required by written contract between the Owner and al Pierce authorized dealer. UMBRELLA/EXCESSLIABILITY INSURANCE The manufacturer will, during the performance oft the contract and for three (3): years following acceptance oft the product, keep in force at least the following minimum limits ofumbrella liability insurance: Each Opcurence:525.0A00 Aggregate525.000,000 General Liability/Products policies. requirements are met. The umbrella policy will be written on an occurrence basis and provide excess to the manufacturer's The required limits can be provided by one (1)or more policies provided all other insurance All policies will provide a 30-day notice ofc cancellation to the named insured. The Certificate of Insurance will provide the following cancellation clause: Should any of the above described polices be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy Manufacturer agrees to furnish owner with a current Certificate of Insurance with the coverages listed above along with the bid. The certificate will show the purchaser as the certificate holder. Coverage will be provided by a carrier(s) rated A- or better by A.M. Best. provisions. SINGLE SOURCE MANUFACTURER Pierce Manufacturing, Inc. provides an integrated approach to the design and manufacture of our products that delivers superior apparatus and a dedicated support team. From our facilities, the chassis, cab weldment, cab, pumphouse (including the sheet metal enclosure, valve controls, piping and operators panel) and body will be entirely designed, tested, and hand assembled to the customer's exact specifications. The clectrical system either hardwired or multiplexed, will be both designed and integrated by Pierce Manufacturing. The warranties relative to these major components (excluding component warranties such as engine, transmission, axles, pump, etc.) will be provided by Pierce as a single source manufacturer. Pierce's single source solution adds value by providing a fully engineered product that offers durability, reliability, maintainability, performance, and a high level of quality. NFPA 2024 STANDARDS Your apparatus will be manufactured in Appleton, Wisconsin. This unit will comply with thel NFPA standards effective January 1,2024, except for fire department directed Certification of slip resistance ofall stepping, standing and walking surfaces will be supplied with delivery of All horizontal surfaces designated as a standing or walking surface that are greater than 48.00" above the ground must be defined by a 1.00" wide line along its outside perimeter. Perimeter markings and designated access paths to destination points will be identified on the customer approval print and are shown as approximate. Actual location(s) will be determined based on materials used and actual conditions at final build. Access paths may pass through hose storage areas and opening or removal of covers or restraints may be required. Access paths may require the operation of devices and equipment such as the aerial device or Aj plate that is highly visible to the driver while seated will be provided. This plate will show the overall The manufacturer will have programs in place for training, proficiency testing and performance for any staff An official oft the company will designate, in writing, who is qualified to witness and certify test results, exceptions. These exceptions will be set forth in the Statement ofl Exceptions. the apparatus. ladder rack. height, length, and gross vehicle weight rating. involved with certifications. 92of232 NFPA COMPLIANCY Apparatus proposed by the bidder will meet the applicable requirements ofthe National Fire Protection Association (NFPA) as stated in current edition at time of contract execution. Fire department's specifications that differ from NFPA specifications will be indicated in the proposal as "non-NFPA". Underwriters Laboratory (UL) will test, approved, and certify the pump. The test results and the pump manufacturer's certification of hydrostatic test; the engine manufacturer's certified brake horsepower curve; and the pump manufacturer's record of pump construction details will be forwarded to the Fire Department. Ifthe unit has a generator, Underwriters Laboratory (UL) will test, approved, and certify the generator. The PUMPI TEST GENERATORTEST test results will be provided to the Fire Department at the time ofdelivery. BREATHING AIRTEST Ifthe unit has breathing air, Pierce Manufacturing will draw an air sample from the air system and have the sample certified that the air quality meets the requirements OfNFPA 1989, Standard on Breathing Air Quality, for Fire and Emergency Services Respiratory Protection. VEHICLE INSPECTION PROGRAM CERTIFICATION To assure the vehicle is built to current NFPA 1900 standards, the apparatus, in its entirety, will be third- party, independent, audit-certified through Underwriters Laboratory (UL) that it is built and complies to all applicable standards in the current edition. The certification includes: all design, production, operational, and performance testing ofnot only the apparatus, but those components that are installed on the apparatus. AI placard will be affixed in the driver's side area stating the third party agency, the date, the standard and the certificate number of the whole vehicle audit. INSPECTION TRIP(S) The bidder will provide three (3) factory inspection trip(s) for three customer representative(s). The inspection trip(s) will be scheduled at times mutually agreed upon between the manufacturer's representative and the customer. All costs such as travel, lodging and meals will be the responsibility of the bidder. BID BOND NOTREQUESTED A bid bond will not be included. If requested, the following will apply: All bidders will provide a bid bond as security for the bid in the form ofa 5 percent bid bond to accompany their bid. This bid bond will be issued by a Surety Company who is listed on the U.S. Treasury Departments list ofacceptable sureties as published in Department Circular 570. The bid bond will be issued by an authorized representative of the Surety Company and will be accompanied by a certified power ofattorney dated on or before the date ofbid. The bid bond will include language, which assures that the bidder/principal will give a bond or bonds as may be specified in the bidding or contract documents, with good and sufficient surety for the faithful performance of the contract, including the Basic One (1) Year Limited Warranty, and for the prompt payment oflabor and material furnished in the prosecution ofthe Notwithstanding any document or assertion to the contrary, any surety bond related to the sale of a vehicle will apply only to the Basic One (1) Year Limited Warranty for such vehicle. Any surety bond related to the sale ofa vehicle will not apply to any other warranties that are included within this bid (OEM or otherwise) or to the warranties (ifany) ofany third party ofany part, component, attachment or accessory that is incorporated into or attached to the vehicle. In the event of any contradiction or inconsistency between this contract. provision and any other document or assertion, this provision will prevail. 93of232 PERFORMANCE BOND NOT REQUESTED additional cost and the following will apply: Aj performance bond will not be included. Ifrequested at a later date, one will be provided to you fora an The successful bidder will furnish al Performance and Payment bond (Bond) equal to 100 percent of the total contract amount within 30 days of the notice ofaward. Such Bond willl be in a form acceptable to the Owner and issued by a surety company included within the Department ofTreasury's Listing of Approved Sureties (Department Circular 570) with a minimum A.M. Best Financial Strength Rating of A and Size Category of XV. Inj the event ofal bond issued by a surety ofa lesser Size Category, a minimum Financial Strength rating Bidder and Bidder's surety agree that the Bond issued hereunder, whether expressly stated or not, also includes the surety's guarantee ofthe vehicle manufacturer's Bumper to Bumper warranty period included within this proposal. Owner agrees that the penal amount of this bond will be simultancously amended to 25 percent ofthe total contract amount upon satisfactory acceptance and delivery of the vehicle(s) included herein. Notwithstanding anything contained within this contract to the contrary, the surety's liability for any warranties of any type will not exceed three (3)) years from the date ofs such satisfactory acceptance and Due to global supply chain constraints, any delivery date contained herein is a good faith estimate as of the date oft this order/contract, and merely an approximation based on current information. Delivery updates will Ifthe Producer Price Index of Components for Manufacturing www.bls.gov Series ID: WPUID6112] ("PPI") has increased at a compounded annual growth rate of5 5.0% or more between the month Pierce accepts the order ("Order Month") and a month 14 months prior to the then predicted Ready For Pickup date ("Evaluation Month"), then pricing may be updated in an amount equal to the increase in PPI over 5.0% for The seller will document any such updated price for the customer's approval before proceeding and provide ofA+ is required. delivery, or the actual Bumper to Bumper warranty period, whichever is shorter. be made available, and a final firm delivery date will be provided as soon as possible. each year or fractional year between the Order Month and the Evaluation Month. an option to cancel the order. APPROVAL DRAWING A drawing oft the proposed apparatus will bej prepared and provided to the purchaser for approval before construction begins. The Pierce sales representative will also be provided with a copy oft the same drawing. The finalized and approved drawing will become part oft the contract documents. This drawing will indicate the chassis make and model, location of the lights, siren, horns, compartments, major components, etc. A' "revised" approval drawing of the apparatus will be prepared and submitted by Pierce to the purchaser showing any changes made to the approval drawing. DRAWING, COMPARTMENTIAYOUT air bottle storage bins, poly boxes & etc. ELECTRICAL WIRING DIAGRAMS ENFORCER CHASSIS A basic drawing will be provided for the interior body compartments. This drawing willl be provided for graphic representation only and will include such things as shelves, trays, reels, dividers, air control panels, Two (2) electrical wiring diagrams, prepared for the model of chassis and body, will be provided. The Pierce EnforcerIM. is the custom chassis developed exclusively for the fire service. Chassis provided will be a new, till-type custom fire apparatus. The chassis will be manufactured in the apparatus body builder's facility eliminating any split responsibility. The chassis will be designed and manufactured for heavy-duty service, with adequate strength, capacity for the intended load to be sustained, and the type of service required. The chassis will be the manufacturer's first line tilt cab. 94of232 WHEELBASE GVWRATING FRAME The wheelbase of the vehicle will be 177.50. The gross vehicle weight rating will be 48,500. The chassis frame will be built with two (2) steel channels bolted to five (5) cross members or more, depending on other options of the apparatus. The side rails will have a 13.38" tall web over the front and mid sections of the chassis, with a continuous smooth taper to 10.75" over the rear axle. Each rail will have a section modulus of25.992 cubic inches and a resisting bending moment (rbm) of3,119,040 in-lb over the critical regions oft the frame assembly, with a section modulus of18.96 cubic inches with an rbm of 2,275,200 in-lb over the rear axle. The frame rails will be constructed of 120,000 psi yield strength heat- treated 0.38" thick steel with 3.50" wide flanges. FRONT AXLE The front axle will have a rated capacity of21,000 Ib. To overcome traction and mobility issues, the axle The front axle will be provided with) EZ Trace mode package. A switch will be provided on the instrument panel allowing the driver to: select between different modes that can be used depending on the terrain such as, A hydraulic unit including hydraulic reservoir, oil filtration, electric cooling fan, hydraulic control valve and ECU will be mounted in the apparatus body. Hydraulic hoses will be routed through the frame. will include EZ Trace on demand all wheel drive hydraulic drive assist. mud, snow, or sand. FRONTS SUSPENSION rating of20,000 lb. The front springs willl be a Standens, three (3)-leaf, taper leaf design, 54.00" long x 4.00" wide, with a ground The two (2) top leaves will wrap the forward spring hanger pin. The top leaf will also wrap the rear spring hanger pin. Both the front and rear eyes will be Berlin style wraps that will place the eyes in the horizontal plane within the main leaf. This will reduce bending stress from acceleration and braking. A: steel encased rubber bushing will be used in the spring eye. The steel encased rubber bushing will be maintenance free and require no lubrication. SHOCK ABSORBERS GREASE SEALS FRONT1 TIRES To provide a smoother ride, the front axle will be furnished with heavy-duty telescoping shock absorbers. Grease seals will be provided on the front axle. Stamped steel hub covers will be provided. Front tires will be Goodyear 425/65R22.50 radials, 20 ply Armor MAXI MSA, rated for 22,800 Ib maximum The tires will be mounted on Accurided 22.50" x 13.00" hub piloted steel disc type wheels with a ten axle load and 75 mph maximum speed. (10)stud, 13.188" bolt circle. REARAXLE The rear axle will be a MeritorIM, Model RS-26-185, with a capacity of27,000 Ib. TOP SPEED OF VEHICLE A rear axle ratio will be furnished to allow the vehicle to reach a top speed of 68 mph/1091 kph. 95of232 REAR SUSPENSION The rear suspension will be Standens, semi-elliptical, 3.00" wide x: 52.50" long, 12-leaf pack with a ground The two (2) top leaves will wrap the forward spring hanger pin, and the rear oft the spring will be a slipper A: steel encased rubber bushing will be used in the spring eye. The steel encased rubber bushing will be rating of27,000 Ib. The spring hangers will be castings. style end that will ride in a rear slipper hanger. maintenance free and require no lubrication. Oil seals will be provided on the rear axle(s). REAROILS SEALS REARTIRES Rear tires will be four (4) Goodyear 12R22.50 radials, load range H, Endurance RSA highway tread, rated for The tires will be mounted on Accuride) 22.50" x 8.25" steel disc type wheels with a ten (10) stud, 11.25" 27,120 Ib maximum axle load and 75 mph maximum speed. bolt circle. TIRE BALANCE All tires will be balanced with Counteract balancing beads. The beads will be inserted into the tire and eliminate the need for wheel weights. TIRE PRESSURE MANAGEMENT There will be a RealWheels LED AirSecureTM tire: alert pressure: management system provided, that will monitor each tire's pressure. A sensor will bej provided on the valve stem of each tire for a total of six (6) The sensor will calibrate to the tire pressure when installed on the valve stem for pressures between 10 and 200 psi. The sensor will activate an integral battery operated LED when the pressure of that tire drops 5 to 8 Removing the cap from the sensor will indicate the functionality oft the sensor and battery. Ifthe sensor and tires. psi. battery are in working condition, the LED will immediately start to flash. Chrome lug nut covers will be supplied on front and rear wheels. CHROME LUGI NUT COVERS MUDFLAPS WHEEL CHOCKS Mud flaps with a Pierce logo will be installed behind the front and rear wheels. There will be one (1) pair of Worden Safety Products, Model HWG-SB, wheel chocks provided. Heavy Duty, large molded aluminum wheel chock with solid bottom, natural cast aluminum finish. WHEEL CHOCK BRACKETS There will be one (1) pair of Worden Safety, Model U815T,mounting wheel chock brackets provided. The brackets will be mounted forward of the driver side axle. ELECTRONIC STABILITY CONTROL A vehicle control system will be provided as an integral part oft the ABS brake system from Meritor Wabco. The system will monitor and update the lateral acceleration oft the vehicle and compare it to a critical threshold where a side roll event may occur. Ifthe critical threshold is met, the vehicle control system will automatically reduce engine RPM, engage the engine retarder (ifequipped), and selectively apply brakes to the individual wheel ends oft the front and rear axles to reduce the possibility of a side roll event. 96of232 The system will monitor directional stability through al lateral accelerometer, steer angle sensor and yaw rate sensor. Ifspinout or drift out is detected, the vehicle control system will selectively apply brakes to the individual wheel ends oft the front and rear axles to bring the vehicle back to its intended direction. The vehicle will be equipped with a Wabco 4S4M, anti-lock braking system. The ABS will provide a four (4) channel anti-lock braking control on both the front and rear wheels. A digitally controlled system that utilizes microprocessor technology will control the anti-lock braking system. Each wheel will be monitored by the system. When any wheel begins to lockup, a signal will be sent to the control unit. This control unit will then reduce the braking of that wheel for a fraction ofas second and then reapply the brake. This anti- lock brake system will eliminate the lockup ofany wheel thus helping to prevent the apparatus from skidding ANTI-LOCK BRAKE SYSTEM out ofcontrol. AUTOMATICTRACTION CONTROL An anti-slip feature will be included with the ABS. The Automatic Traction Control willl be used for traction inj poor road and weather conditions. The Automatic Traction Control will act as an electronic differential lock that will not allow a driving wheel to spin, thereby supplying traction at all times. The ABS electronic control unit (ECU) will work with the engine ECU, sharing information concerning wheel slip. Engine ECU will use information to control engine speed, allowing only as much throttle application as required for the available traction, regardless of! how much the driver is asking for. An "offroad traction" switch will be provided on the instrument panel. Activation of the switch will allow additional tire slip to let the truck climb out and get on top of deep snow or mud. BRAKES The service brake system will be full air type by Bendix. Front brakes will be Model ADB22XTM, disc type with automatic pad wear adjustment and 17.00" rotors for The rear brakes will be MeritorTM, Disc Plus, Model EX225, disc operated with automatic slack adjusters and improved stopping distance. a17.00" ventilated rotor for improved stopping distance. AIR COMPRESSOR, BRAKE SYSTEM The air compressor will be a Wabco single piston compressor with a 26.8 CI displacement. BRAKE SYSTEM The brake system will include: Brake treadle valve Heated automatic moisture ejector on air dryer Total air system minimum capacity of 4,272 cubic inches Two (2) air pressure gauges with a red warning light and an audible alarm, that activates when air pressure falls below 60 psi Spring set parking brake system Parking brake operated by a push-pull style control valve Ap parking "brake on" indicator light on instrument panel Park brake relay/inversion and ant-compounding valve, in conjunction with a double check Ap pressure protection valve to prevent all air operated accessories from drawing air from the valve system, with an automatic spring brake application at 40 psi air system when the system pressure drops below 80 psi (550 kPa) 1/4 turn drain valves on each air tank 97of232 The air tank will be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects ofcorrosion, the air tank will be mounted with: stainless steel brackets. The air tanks will be painted black #98. BRAKE SYSTEM AIR DRYER The air dryer will be WABCO System Saver 1200 with spin-on coalescing filter cartridge and 100 watt heater. BRAKE LINES Color-coded nylon brake lines will be provided. The lines will be wrapped in al heat protective loom in the chassis areas that are subject to excessive heat. AIRINLET/OUTLET One (1) air inlet/outlet will be installed with the female coupling located in the driver side step well. This system will tie into the "wet" tank ofthe brake system and include a check valve in the inlet line and an 85 psi pressure protection valve in the outlet line. The air outlet will be controlled by a 1/4 turn valve. The air inlet will allow a shoreline air hose to be connected to the vehicle. This will allow station air to be A mating male fitting will be provided with the loose equipment. supplied to the brake system oft the vehicle to insure constant air pressure. RECESSED BOX FOR AIR FITTING Onc (1) air inlet will have a smooth aluminum recessed box provided. The box will allow the air fitting(s) to be recessed inside the stepwell within the same box as the cab lift receptacle toj prevent damage. in the driver side forward stepwell. ENGINE Make: Model: Power: Torque: Governed Speed: Fuel: Cylinders: Displacement: Starter: Fuel Filters: A treadplate door with lift and turn latch will be provided over the opening. The chassis will bej powered by an electronically controlled engine as described below: Paccar MX 510 hp at 1600rpm 1850 Ib-ft at 1000rpm 1900 rpm Diesel Six (6) 13.7L DP60 Emissions Certification: EPA 2027 Dual cartridge style with check valve, water separator, and water in fuel sensor The engine will include On-board diagnostics (OBD), which provides self diagnostic and reporting. The system will give the owner or repair technician access to state ofhealth information for various vehicle sub systems. The system will monitor vehicle systems, engine and after treatment. The system will illuminate a malfunction indicator light on the dash console ifaj problem is detected. HIGHIDLE Al high idle switch will be provided, inside the cab, on the instrument panel, that will automatically maintain aj preset engine rpm. A: switch will be installed, at the cab instrument panel, for activyation/denctiyation. The high idle will be operational only when the parking brake is on and the truck transmission is in neutral. A green indicator light will be provided, adjacent to the switch. The light will illuminate when the above conditions are met. The light will be labeled "OK to Engage High Idle." 98of232 ENGINE BRAKE The compression release brake optioni is a fully integrated MX engine braking system. Itutilizes the turbocharger and back pressure valve, but adds in a hydraulically operated compression brake to increase To maximize the effectiveness ofthe compression brake the MX engine brake system works in conjunction The driver will be able to turn the engine brake system on/off and have a high, medium and low setting. A fan clutch will bej provided. The fan clutch will be automatic when the pump transmission is in "Road" overall retarding power, with the turbocharger and back pressure valve. CLUTCHFAN position, and constantly engaged when in "Pump" position. ENGINE AIR INTAKE The engine air intake will be located above the engine cooling package. Itwill draw fresh air from the front The ember separator is designed to prevent road dirt and recirculating hot air from entering the engine. of the apparatus through the radiator grille. The ember separator will be casily accessible by tilting the cab. EXHAUST SYSTEM The exhaust system will be stainless steel from the turbo to the enginesaftertreatment device. The exhaust system will include an aftertreatment device to meet current EPA standards. An insulation wrap willl be provided on all exhaust pipe between the turbo and the aftertreatment device to minimize the transfer of heat The exhaust will terminate horizontally ahead oft the right side rear wheels and will extend 2.00" past the There will be an aluminized steel exhaust diffuser with a standard straight tip on the end provided to reduce the temperature of the exhaust as it exits. Heat deflector shields will be provided to isolate chassis and body to the cab. body rub rail. The exhaust pipes will be aluminized steel. components from the heat oft the tailpipe diffuser. RADIATOR The radiator and the complete cooling system will meet or exceed the current edition of applicable NFPA and For maximum corrosion resistance and cooling performance, the entire radiator core will be constructed using long life aluminum alloy. The radiator core will consist of aluminum fins, having a serpentine design, Supply tank will be made of heavy duty glass-reinforced nylon and the return tank will be made of aluminum. Both tanks will be crimped onto the core assembly using header tabs and a compression gasket to complete the radiator core assembly. There will be a full: steel frame around the inserts to enhance cooling The radiator assembly will be isolated from the chassis frame rails with rubber isolators to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven terrain. The radiator will include a de-aeration/expansion tank. For visual coolant level inspection, the radiator will have al built-in sight glass. The radiator will be equipped with a 15 psi pressure reliefcap. A drain port will be located at the lowest point oft the cooling system and/or the bottom of the radiator to Shields or baffles will be provided to prevent recirculation ofhot air to the inlet side of the radiator. Gates, or Goodyear, rubber hose will be used for all engine coolant lines installed by Pierce Manufacturing. engine manufacturer cooling system standards. brazed to aluminum tubes. The radiator core will have a minimum front area of1060 square inches, system durability and reliability. The radiator will be compatible with commercial antifreeze solutions. permit complete flushing of the coolant from the system. COOLANTLINES 99of232 Hose clamps will be stainless steel constant torque type to prevent coolant leakage. They will expand and contract according to coolant system temperature thereby keeping a constant clamping pressure on the hose. A65 gallon fuel tank will be provided and mounted at the rear oft the chassis. The tank will be constructed of 12-gauge, hot rolled steel. Itwill be equipped with: swash partitions and a vent. To eliminate the effects of A fill inlet will be located on the left hand side oft the body and is covered with al hinged, spring loaded, The fuel tank will meet all FHWA 393.67 requirements including a fill capacity of 95 percent of tank FUELTANK corrosion, the fuel tank will be mounted with stainless steel straps. A 0.75" drain plug will be located in al low point of the tank for drainage. stainless steel door that is marked "Ultra Low Sulfur - Diesel Fuel Only." AO 0.50" diameter vent will be installed from tank top to. just below fuel fill inlet. All fuel lines will be provided as recommended by the engine manufacturer. volume. DIESEL EXHAUST FLUIDTANK polished stainless steel. TRANSMISSION provided. A7.3 gallon diesel exhaust fluid (DEF) tank will be provided and mounted under the cab on the driver's side. A fill inlet will be provided on the driver's side of the cab. The lift up door will be spring loaded and be An Allison 6th generation, Model EVS 4000P, electronic, torque converting, automatic transmission will be The transmission will be equipped with prognostics to monitor oil life, filter life, and transmission health. A Two( (2) PTO openings will be located on left side and top of converter housing (positions 8 o'clock: and 1 A transmission temperature gauge with an amber light and buzzer will be installed on the cab instrument wrench icon on the shift selector's digital display will indicate when service is due. o'clock). panel. TRANSMISSION! SHIFTER The transmission ratio will be: 3.51 to 1.00 1.91 to 1.00 1.43 to 1.00 1.00 to 1.00 0.75 to 1.00 0.64 tol 1.00 4.80to 1.00 A: six (6)-speed push button shift module will be mounted to right of driver on console. Shift position indicator will be indirectly lit for after dark operation. Ist 2nd 3rd 4th 5th 6th R TRANSMISSION PROGRAMMING The transmission will bej programmed to automatically shift the transmission to neutral when the parking brake is set to simplify operation and increase operational safety. TRANSMISSIONI COOLER transmission oil temperature. Al Modine plate and fin transmission oil cooler will be provided using engine coolant to control the 100of DRIVELINE Drivelines will be al heavy-duty metal tube and be equipped with Spicer 1810 universal joints. A splined slip. joint will be provided in each driveshaft where the driveline design requires it. The slip joint The shafts will be dynamically balanced before installation. will be coated with Glidecoat or equivalent. STEERING Dual steering gear, with integral heavy-duty power steering, willl be provided. For reduced system temperatures, the power steering will incorporate an air to oil cooler and Paccar hydraulic pump with integral pressure and flow control. All power steering lines will have wire braded lines with crimped fittings. Atilt and telescopic steering column will be provided to improve fit for a broader range of driver configurations. STEERING WHEEL The steering wheel will be 18.00" in diameter, have tilting and telescoping capabilities, and a 4-spoke design. The dash panel will have an emblem containing the Pierce logo and customer name. The emblem will have three (3) rows oftext for the customer's department name. There will be a maximum of eight (8) characters LOGO AND CUSTOMER DESIGNATION ON DASH in the first row, 11 characters in the second row and 11 characters in the third row. The first row oft text will be: California The second row oft text will be: City The third row oft text will be: Fire Dept. BUMPER A one (1)-piece bumper manufactured from 0.25" formed steel with a 0.38" bend radius will be provided. The bumper will be a minimum of10.00" high with a 1.50" top and bottom flange, and will extend 19.00" from the face oft the cab. The bumper will be 95.28" wide with 45 degree corners and side plates. The Toj provide adequate support strength, the bumper will be mounted directly to the front of the C channel frame. The frame will be a bolted modular extension frame constructed of 50,000 psi tensile steel. bumper will be metal finished and painted job color. Gravel Pan A gravel pan, constructed ofbright aluminum treadplate, will be furnished between the bumper and the cab face. The pan will be properly supported from the underside to prevent flexing and vibration. A hose tray, constructed of aluminum, will be placed in the center oft the bumper extension. The tray will have a capacity of1 125' of1.75" double jacket cotton-polyester hose. Black rubber grating will be provided at the bottom oft the tray. Drain holes are also provided. CENTER HOSE TRAY Center Tray Cover A bright aluminum treadplate cover will be provided over the center tray, The cover will be attached with a stainless steel hinge. The drop down bumper will secure the cover in the closed position and aj pneumatic stay arm will hold the cover in the open position. LIFTANDTOW MOUNTS Mounted to the frame extension will be lift and tow mounts. The lift and tow mounts will be designed and positioned to adapt to certain tow truck lift systems. The lifta and tow mounts with eyes will be painted the same color as the frame. 101 of TOW HOOKS Two (2) chromed steel tow hooks will be installed under the bumper and attached to the front frame members. The tow hooks will be designed and positioned to allow up to a 6,000 Ib straight horizontal pull in line with the centerline of the vehicle. The tow hooks will not be used for lifting of the apparatus. HINGED CENTER SECTION in the closed position. The center section of the bumper will be hinged at the bottom. Two (2) paddle latches will hold the section WELDED ROD AROUND HOSE NOTCH There shall be one(I) bumper tray notch(es) that include aluminum rod welded, in place, around the opening for a smooth edge. FRONT BUMPER UL-LXCOATING will not be sprayed on the underside oft the flange. Protective black UL-LXG coating will be provided on the outside exterior of the top front bumper flange. It The lining will be properly installed by an authorized UL-LX dealer. CAB The Enforcer cab will be designed specifically for the fire service and manufactured by the chassis builder. The cab will be built by the apparatus manufacturer in a facility located on the manufacturer's premises. For reasons of structural integrity and enhanced occupant protection, the cab will be a heavy duty design, The cab will have 12 main vertical structural members located in the A-pillar (front cab corner posts), B- pillar (side center posts), C-pillar (rear corner posts), and rear wall areas. The A-pillar will be constructed of solid A356-T5 aluminum castings. The B-pillar and C-pillar will be constructed from 0.13" wall extrusions. The rear wall will be constructed of two (2)2.00" x 2.00" outer aluminum extrusions and two (2)2.00"x X 1.00" inner aluminum extrusions. All main vertical structural members will run from the floor to 4.625"x 3.864" x 0.090" thick roof extrusions toj provide a cage-like structure with the A-pillar and roof extrusions being welded into a 0.25" thick corner casting at each oft the front corners of the roof assembly. The front of the cab will be constructed ofa 0.13" firewall plate, covered with a 0.090" front skin (for a total thickness of0.22"), and reinforced with a full width x 0.50" thick cross-cab support located just below the windshield and fully welded to the engine tunnel. The cross-cab support will run the full width oft the cab The cab floors will be constructed of0.125" thick aluminum plate and reinforced at the firewall with an additional 0.25" thick cross-floor support providing a total thickness of0.375" of structural material at the front floor area. The front floor area will also be supported with two (2) triangular 0.30" wall extrusions that also provides the mounting point for the cab lift. This tubing will run from the floor wireway oft the cab to the engine tunnel side plates, creating the structure to support the forces created when lifting the cab. The cab will be 96.00" wide (outside door skin to outside door skin) to maintain maximum maneuverability. The forward cab section willl have an overall height (from the cab roofto the ground) of approximately 99.00". The crew cab section will have a 10.00" raised roof, with an overall cab height of approximately 109.00". The overall height listed will be calculated based on a truck configuration with the lowest suspension weight rating, the smallest diameter tires for the suspension, no water weight, no loose equipment weight, and no personnel weight. Larger tires, wheels, and suspension will increase the overall height listed. The floor to ceiling height inside the crew cab will be 63.50" in the forward facing outboard positions and The crew cab floor will measure 46.00" from the rear wall to the back side of the rear facing seat risers. The medium block engine tunnel, at the rearward highest point (knee level), will measure 61.50" to the rear constructed to the: following minimal standards. and weld to each A-pillar, the 0.13" firewall plate, and the front skin. The centerline of front axle to the rear of the cab will be 70.00" long. 54.50" in the forward facing center position. wall. The big block engine tunnel will measure 51.50" to the rear wall. 102of The crew cab will be atotally enclosed design with the interior area completely open to improve visibility A: 3-point cab mount system with rubber isolators will improve ride quality by isolating chassis vibrations and verbal communication between the occupants. The cab will be a full tilt cab style. from the cab. CAB ROOF DRIP RAIL the full length of the cab roof. CAB PUMP ENCLOSURE For enhanced protection from inclement weather, a drip rail will be furnished on the sides of the cab. The drip rail will be painted to match the cab roof, and bonded to the sides ofthe cab. The drip rail will extend The rear of the cab will be made to house the fire pump below the forward facing crew cab seats. The cab side panels will be notched to accommodate the pump panel. Full circular inner fender liners in the wheel wells will be provided. FENDER LINERS PANORAMIC WINDSHIELD A one (1)-piece safety glass windshield will be provided with over 2,775 square inches of clear viewing area. The windshield will be full width and will provide the occupants with aj panoramic view. The windshield will consist of three (3) layers: outer light, middle safety laminate, and inner light. The outer light layer will provide superior chip resistance. The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage. The inner light will provide yet another chip resistant layer. The cab windshield will be bonded to the aluminum windshield frame using a urethane adhesive. A custom frit pattern will be applied on the outside perimeter ofthe windshield for a finished automotive appearance. Three (3) electric windshield wipers with washer will be provided that meet FMVSS and SAE requirements. WINDSHIELD WIPERS The washer reservoir will be able to be filled without raising the cab. ENGINE TUNNEL Engine tunnel side walls will be constructed of 0.375" aluminum. The top will be constructed of0.125" aluminum and will be tapered at the top to allow for more driver and passenger elbow room, The engine tunnel will be insulated for protection from heat and sound. Perforated foil faced insulation will be over a closed cell foam affixed with pressure sensitive adhesive and further secured with mechanical fasteners. The noise insulation keeps the dBA level within the limits stated in the current edition of The engine tunnel will be no higher than 17.00" off the crew cab floor (no exception).. applicable NFPA standards. INSULATION PACKAGE All insulation utilized in the cab construction will be provided for extreme climate temperatures. The insulation will be provided in the following areas: Engine tunnel Cab and crew cab floors Cab and crew cab step wells Cab and crew cab doors Cab roof Cab and crew cab walls 103of CAB REAR WALL EXTERIOR COVERING that are not typically visible when the cab isl lowered. The exterior surface oft the rear wall ofthe cab will be overlaid with brushed stainless steel except for areas, CABLIFT A hydraulic cab lift system will be provided consisting of an electric powered hydraulic pump, dual lift Lift controls will be located on the right side pump panel or front area of the body in a convenient location. The cab willl be capable of tilting 43 degrees to accommodate engine maintenance and removal. The cab will be locked down by a 2-point normally closed spring loaded hook type latch that fully engages after the cab has been lowered. The system will be hydraulically actuated to release the normally closed locks when the cab lift control is in the raised position and cab lift system is under pressure. When the cab is completely lowered and system pressure has been relieved, the spring loaded latch mechanisms will return to The hydraulic cylinders will be equipped with a velocity fuse that protects the cab from accidentally For increased safety, a redundant mechanical stay arm will be provided that must be manually put inj place on the left side between the chassis and cab frame when the cab is in the raised position. This device will be cylinders, and necessary hoses and valves. the normally closed and locked position. descending when the control is located in the tilt position. manually stowed to its original position before the cab can be lowered. Cab Lift) Interlock The cab lift system will bei interlocked to the parking brake, The cab tilt mechanism will be active only when the parking brake is set and the ignition switch is in the on position. Ifthe parking brake is released, the cab tilt mechanism will be disabled. GRILLE A bright finished aluminum mesh grille screen, inserted behind a grille surround, will be provided on the front center oft the cab. The grille surround will be painted black #101. DOOR JAMB SCUFFPLATES side of the jamb. MIRRORS All cab door jambs will be furnished with a 1.00" brushed stainless steel scuffplate, mounted on the striker A Retrac, Model 613422, dual vision, motorized, west coast style mirror with black finish will be mounted on each side of the front cab door with chrome spring loaded retractable arms. The flat glass and convex glass will be heated and adjustable with remote control within reach oft the driver. DOORS To enhance entry and egress to the cab, the forward cab door openings will be a minimum of37.50" wide> X 63.37" high. The crew cab doors will be located on the sides of the cab and will be constructed in the same manner as the forward cab doors. The crew cab door openings willl be a minimum of34.30" wide x 73.25" The forward cab and crew cab doors will be constructed of extruded aluminum with a nominal material thickness of0.093". The exterior door skins will be constructed from 0.090" aluminum. A customized, vertical, pull-down type door handle will be provided on the exterior of each cab door. The finish ofthe door handle will be black/black. The exterior handle will be designed specifically for the fire service to prevent accidental activation, and will provide 4.00" wide x 2.00" deep hand clearance for ease of high. use with heavy gloved hands. 104of Each door will also be provided with an interior flush, open style paddle handle that will be readily operable from fore and aft positions, and be designed toj prevent accidental activation. The interior handles will provide 4.00" wide> x 1.25" deep hand clearance for ease of use with heavy gloved hands. The cab doors willl be provided with both interior (rotary knob) and exterior (keyed) locks exceeding FMVSS standards. The keys will be Model 751. The locks will be capable ofactivating when the doors are open or closed. The doors will remain locked iflocks are activated when the doors are opened, then closed. A full length, heavy duty, stainless steel, piano-type hinge with a 0.38" pin and 11 gauge leafwill be provided on all cab doors. There will be double automotive-type rubber seals around the perimeter oft the A chrome grab handle will be provided on the inside of each cab door for ease of entry. Ared webbed grab handle will be installed on the crew cab door stop strap. The grab handles will be The bottom cab step at each cab door location will be located below the cab doors and will be exposed to the door framing and door edges to ensure a weather-tight fit. securely mounted. exterior of the cab. Door Panels The inner cab door panels will be constructed out of brushed stainless steel. ELECTRIC OPERATED CAB DOOR WINDOWS All four (4) cab doors will be equipped with electric operated windows with one (1) flush mounted automotive style switch on each door. The driver's door will have four (4): switches, one (1)tocontrol each Each switch will allow intermittent or auto down operation for ease of use. Auto down operation will be door window. actuated by holding the window down switch for approximately 1 second. ELECTRIC CAB DOOR LOCKS The front driver and officer doors will have a door lock master switch that will control all front and rear crew There willl be one (1) concealed switch located in an casily accessible chassis specific location that will The lock system will include two (2) key FOBS that allow for keyless entry into the vehicle. The key FOB system will use code hopping technology for high security and be FCC part 15 compliant. cab door locks. Each rear crew cab door will have its own lock control. unlock all the doors. CAB STEPS A dual step will be provided below each cab and crew cab door. The steps willl be designed with a grip pattern punched into bright aluminum treadplate material providing support, slip resistance, and drainage. The steps will be al bolt-in design to minimize repair costs should they need to be replaced. The forward cab steps will be a minimum 25.00" wide, and the crew cab steps will be 21.50" wide with: a 7.00" minimum depth. The step design raises the middle step higher and closer to the cab floor, resulting in a 12.50" distance from the step to cab floor in the cab and a 10.25" distance from the step to cab floor in the crew cab. Stepping distances from the ground to first step will be approximately 14.00" and from first step to middle step will be approximately 12.00". CAB EXTERIOR HANDRAILS The vertical surface of the upper step well will be aluminum treadplate. The first step will be lit by a white 12 volt DCI LED light provided on the step. AF Hansen knurled aluminum, black anodized handrail will be provided adjacent to each cab and crew cab door opening to assist during cab ingress and egress. The handrails will be e-coated and have black powder coated stanchions. Each handrail willl be provided with white LED lights. The lights will be activated when the headlight switch is activated and the parking brake is applied. The LED lights may be load managed. 105of STEP LIGHTS There will be six (6) white LED step lights with chrome housing installed for cab and crew cab access steps. One (1) light for the left access steps. Two (2) lights for the left side crew cab access steps. Two (2) lights for the right side crew cab access steps. One (1) light for the right side access step. In order to ensure exceptional illumination, each light will provide a minimum of 25 foot-candles (fc) covering an entire 15"x15" square placed ten (10) inches below the light and a minimum of1.51 fc covering an entire 30" x 30" square at the: same ten (10) inch distance below the light. The lights will be activated when the battery switch is on and the adjacent doori is opened. FENDER CROWNS Stainless steel fender crowns will be installed at the cab wheel openings. LIGHTED HANDRAIL BELOW CAB WINDSHIELD A 10.00" long Hansen LED backlit knurled black anodized aluminum handrail will be mounted below the front cab windshield, one (1) on each side. The handrails will have e-coated and black powder coated The lights will be activated when the headlight switch is activated and the parking brake is applied. One (1)fixed window with tinted glass will be provided on each side oft the cab, to the rear oft the front cab door. The windows will be sized to enhance light penetration into the cab interior. The windows will stanchions. Each handrail will be provided with white back lighted LED lights. CREW CAB WINDOWS measure 18.70" wide x 23.75" high. REARV WALL WINDOWS measure 14.75" wide x 7.25" high. There will be two (2) windows, located one (1) each side, on the rear wall of the crew cab. The windows will LEFT SIDE UPPER CREW CAB DOOR WINDOW1 TINT RIGHT SIDE UPPER CREW CAB DOOR WINDOW TINT The upper window in the left side crew cab door will be tinted privacy dark gray. The upper window in the right side crew cab door will be tinted privacy dark gray. The window on the left side of the rear wall will be tinted privacy dark gray. The window behind the right side front cab door will be tinted privacy dark gray. The window on the right side of the rear wall will be tinted privacy dark gray. LEFT SIDE ROLLUP CREW CAB DOOR WINDOW TINT The rollup window: ini the left side crew cab door will be tinted privacy dark gray. BEHIND LEFT SIDE CAB DOOR WINDOWTINT The window behind the left side front cab door will be tinted privacy dark gray. LEFT SIDE REAR WALL WINDOW TINT BEHIND RIGHT SIDE CAB DOOR WINDOWT TINT RIGHT SIDE REAR WALL WINDOW TINT 106of RIGHT SIDE ROLLUP CREW CAB DOOR WINDOW TINT The rollup window in the right side crew cab door will be tinted privacy dark gray. CAB DASH The driver side dash, switch panel located to the right of the driver, and center console will be constructed of The officer side dash will be a flat top design with an upper beveled edge toj provide easy maintenance and The instrument gauge cluster will be surrounded with a high impact ABS plastic contoured to the same shape metal and painted to match the cab interior. will be constructed out ofs aluminum and painted to match the cab interior. ofthe instrument gauge cluster. MOUNTING PLATE ON ENGINE TUNNEL Equipment installation provisions will be installed on the engine tunnel. offt the engine tunnel .50" to allow for wire routing below the plate. The mounting surface will be painted to match the cab interior. A0.188" smooth aluminum plate will be bolted to the top surface oft the engine tunnel. The plate will follow the contour of the engine tunnel and will run the entire length of the engine tunnel. The plate will be spaced ÇAB INTERIOR cycles of the fire service. The cab interior will be constructed of primarily metal (painted aluminum) to withstand the severe duty The engine tunnel will be padded and covered, on the top and sides, with dark silver gray 36 ounce leather For durability and ease of maintenance, the cab interior side walls will be painted aluminum. The rear wall The headliner will be installed in both forward and rear cab sections. Headliner material will be vinyl. A sound barrier will be part ofi its composition. Material will be installed on an aluminum sheet and securely The forward portion of the cab headliner will permit easy access for service of electrical wiring or other grain vinyl resistant to oil, grease, and mildew. will be painted aluminum. fastened to interior cab ceiling. maintenance needs. All wiring will be placed in metal raceways. CAB INTERIOR UPHOLSTERY CAB INTERIOR PAINT texture paint. CABFLOOR The cab interior upholstery will be 36 OZ dark silver gray vinyl. The cab interior metal surfaces, excluding the rear heater panels, will be painted fire smoke gray, vinyl The rear heater panels will be painted black, vinyl textured paint. As small blister will be provided at the rear of the engine tunnel for chassis components. The blister will be coated with UL-LX polyurethanepolyurea elastomer abrasive resistant material. The cab and crew cab floor areas will be aluminum treadplate and covered with UL-LXG polyurcthanepolyurea elastomer abrasive resistant material. UL-LX covering will be black in color. DEFROST/AIR CONDITIONINGSISTEM above the engine tunnel area. A ceiling mounted combination heater, defroster and air conditioning system will be installed in the cab 107of Cab Defroster A 54,000 BTU heater-defroster unit with 690 SCFM of air flow will be provided inside the cab. The heater- defrost will be installed in the forward portion of the cab ceiling. Air outlets will be strategically located in the cab header extrusion per the following: One (1) adjustable will be directed towards the left side cab window One (1) adjustable will be directed towards the right side cab window Six (6) fixed outlets will be directed at the windshield The defroster will be capable of clearing 98 percent oft the windshield and side glass when tested under conditions where the cabl has been cold soaked at 0 degrees Fahrenheit for 101 hours, and a 2 ounce per square inch layer of frost/ice has been able to build up on the exterior windshield. The defroster system will meet or exceed SAE J382 requirements. Cab/Crew Auxiliary Heater There will be one (1)31,000 BTU auxiliary heater with 560 SCFM of air flow provided in each outboard rear facing seat risers with a dual scroll blower. Analuminum plenum incorporated into the cab structure used to transfer heat to the forward positions. Air Conditioning A 13.10 cubic inch compressor will be installed on the engine. A roof-mounted condenser with a 78,000 BTU output at 2,400 SCFM that meets and exceeds the performance specification will be installed on the cab roof. Mounting the condenser below the cab or body would reduce the performance of the system and will not be acceptable. The condenser cover to be painted to The evaporator unit will be installed in the rear portion of the cab ceiling over the engine tunnel. The evaporator will include one (1) high performance heating core, one (1) high performance cooling core with The evaporator unit will have a 80,000 BTU at 690 SCFM rating that meets and exceeds the performance Adjustable air outlets willl be strategically located on the forward plenum cover per the following: Four (4) will be directed towards the seating position on the left side of the cab Four (4) will be directed towards the seating position on the right side of the cab Adjustable air outlets will be strategically located on the rear) plenum cover) per the following: match the cab roof, (I)plenum directed to the front and one (1) plenum directed to the rear of the cab. specifications. 12 will be directed towards crew cab area Al high efficiency particulate air (HEPA) filter will be included for the system. Access to the filter cover will The air conditioner refrigerant will be R-134A and will be installed by a certified technician. be secured with four (4) screws. Climate Control (front to rear) control. An automotive style controller will be provided to control the heat and air conditioning system within the cab. The controller will have three (3) functional knobs for fan speed, temperature, and air flow distribution The system will control the temperature of the cab and crew cab automatically by pushing the center oft the fan speed control knob. Rotate the center temperature control knob to set the cab and crew cab temperature. The AC: system will be manually activated by pushing the center of the temperature control knob. Pushing the center of the air flow distribution knob will engage the AC for max defrost, setting the fan speeds to 100 percent and directing all air flow to the overhead forward position. The system controller will be located within panel position #13. 108of Gravity Drain Tubes Two (2) condensate drain tubes will be provided for the air conditioning evaporator. The drip pan will have two (2) drain tubes plumbed separately to allow for the condensate to exit the drip pan. No pumps will be provided. 120VOLT AIR CONDITIONING There will be one (1) black, Colemane-Machee 8, RoughneckM, 120 volt, low profile air conditioning unit installed on the crew cab roof. The air conditioner will have cooling capacity of 15,000 BTU and include a condensate pump and hose to prevent accumulation of condensate on the roof. A wall mounted digital thermostat will control the air conditioning unit. The thermostat will be wired battery direct to operate when the battery switch is off. This unit will be powered from the shoreline inlet. INTERIOR CAB INSULATION The walls and roofwill be insulated to aid in cooling. SUN VISORS Two (2) smoked LexanTM sun visors will be provided. The sun visors will be located above the windshield There will be al black plastic thumb latch provided tol help secure each sun visor in the stowed position. Al black rubber covered grab handle will be mounted on the door post of the driver and officer's side cab door to assist in entering the cab. The grab handle will be securely mounted to the post area between the door and The driver's grab handle will be 3.00" higher than the officer's grab handle, to allow additional clearance with one (1) mounted on each side of the cab. GRAB HANDLE windshield. between the steering wheel and grab handle. ENGINE COMPARTMENT LIGHTS There will be one (1) Whelen, Model 3SCOCDCR, 12 volt DC, 3.00" white LED light(s) with Whelen, Model 3FLANGEC, chrome flange kit(s) installed under the cab to be used as engine compartment illumination. These light(s) will be activated automatically when the cab is raised. ACCESSTO ENGINE DIPSTICKS For access to the engine oil and transmission fluid dipsticks, there will be a door on the engine tunnel, inside the crew cab, The door will be on the rear wall ofthe engine tunnel, on the vertical surface. The engine oil dipstick will allow for checking only. The transmission dipstick will allow for both checking The door will have: a rubber seal for thermal and acoustic insulation. One (1)Southco C2 black powder and filling. coated flush latch will be provided on the access door. MAPBOX As special map box with nine (9) bins, open from top, will be supplied and installed to be mounted at final inspection. The map box will be 20.25" wide x 8.00" high (tapered down at sides and rear) and 23.25" front to back. The map box will be constructed of0.125" aluminum and will be painted to match the cab interior. one (1) open top tray(s) will be provided. Each tray will be approximately 20.00" wide and 11.5 front to back with al 1.00" lip on the front and sides with a 8.00" high lip on the back to match the height of the map box.Idivider 1.00" high willl be provided in the center oft the tray placed front to back. tray will be located TRAY forward of the map box. 109of The tray and mounting plate will be constructed of. .090" aluminum and will be painted to match the cab interior. SEATING CAPACITY five (5). DRIVER SEAT The seating capacity of the vehicle (including tiller cab and belted seat positions in the rescue body) will be A: seat will be provided in the cab for the driver. The seat design will be a cam action type, with air suspension. For increased convenience, the seat will include a manual control to adjust the horizontal position (6.00" travel). The manual horizontal control willl be a towel-bar style located below the forward part oft the seat cushion. To provide flexibility for multiple driver configurations, the seat will have an adjustable reclining back. The seat back will be a high back style with side bolster pads for maximum support. For optimal comfort, the seat will be provided with 17.00" deep foam cushions designed with EVC (elastomeric vibration control). OFFICER SEAT The seat will be furnished with a 3-point, shoulder type seat belt. A: seat will be provided in the cab for the passenger. The seat will be a cam action type with air suspension. Fori increased convenience, the seat willl be provided with 6.00" double locking fore/aft slide adjustment. For optimal comfort, the seat will be provided with 17.00" deep foam cushions designed with EVC (elastomeric The seat back will be an SCBA back style with a 5 degree fixed recline angle. The SCBA cavity will be adjustable from front to rear in 1.00" increments to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. vibration control). The seat will be furnished with a 3-point, shoulder type seat belt. REAR FACING DRIVER SIDE OUTBOARD SEAT There will be one (1) rear facing seat provided at the driver side outboard position in the crew cab. For optimal comfort, the seat will bej provided with 15.00" deep foam cushions designed with EVC( (elastomeric The seat back will be an SCBA back style with 5 degree fixed recline angle. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. vibration control). The seat will be furnished with a 3-point, shoulder type seat belt. REAR FACING PASSENGER SIDE OUTBOARD SEAT There will be one (1) rear facing seat provided at the passenger side outboard position in the crew cab. For optimal comfort, the seat will be provided with 15.00" deep foam cushions designed with EVC (elastomeric The seat back will be an SCBA back style with 5 degree fixed recline angle. The SCBA cavity will be adjustable from front to rearin 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. vibration control). The seat will be furnished with a 3-point, shoulder type seat belt. FORWARD FACING DRIVER SIDE OUTBOARD SEAT There will be one (1) forward facing, foldup seat provided at the driver side outboard position in the crew cab, For optimal comfort, the seat will be a minimum of17.00" from the front of the cushion to the face of The seat back will be an SCBA style with 90 degree back. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be the seat back and designed with EVC (elastomeric vibration control). accomplished by unbolting, relocating, and re-bolting it in the desired location. 110of The seat will be furnished with a 3-point, shoulder type seat belt. FORWARD FACING CENTER STORAGE COMPARTMENT A forward facing storage compartment will bej provided in the crew cab at the center position. The compartment will be 36.00" wide: x 28.00" high x 19,00" deep with two (2)) slide out drawers. There will be a lower full width drawer provided, 28.25" wide x 12.00" high x 18.00" deep. The upper drawer will measure 28.25" wide x 7.00" high x 18.00" deep. The drawers will be provided with heavy duty slides and The top of the compartment will provide storage for two (2) cup holders, two latex glove boxes and radio charger recesses. The top oft the compartment will be accessible to the area below for the service of the glove The compartment will be constructed of smooth aluminum, and painted to match the cab interior. locking D-handles. boxes. FORWARD FACING PASSENGER SIDE OUTBOARD SEAT the seat back and designed with EVC (elastomeric vibration control). There will be one (1) forward facing, foldup seat provided at the passenger side outboard position in the crew cab. For optimal comfort, the seat willl be a minimum of17.00" from the front of the cushion to the face of The seat back will be an SCBA style with 90 degree back. The SCBA cavity will be adjustable from front to rear in 1.00" increments, to accommodate different sized SCBA cylinders. Moving the SCBA cavity will be accomplished by unbolting, relocating, and re-bolting it in the desired location. The seat will be furnished with a 3-point, shoulder type seat belt. REAR FACING OVERHEAD STORAGE COMPARTMENT There will be two (2) overhead rear facing storage compartments installed at the raised roofwithin the crew cab, on cach side of the air conditioner. The compartments will be approximately 21.00" wide x 9.00" highx Each compartment will include one (1) lift up compartment door. Locking latch, paddle handle, and gas The compartment will be constructed of smooth aluminum and painted to match the cab interior. 20.00" deep at the bottom. operated stay arms will be provided. Compartment Light cach compartment door opening. SEATUPHOLSTERY AIR BOTTLE HOLDERS The storage compartment lighting will consist of one (1) white LED strip light installed horizontally above All seat upholstery will be black Turnout Tuff material. All SCBA type seats in the cab will have a' "Hands-Free" auto clamp style bracket in its backrest. For efficiency and convenience, the bracket will include an automatic spring clamp that allows the occupant to store the SCBA bottle by simply pushing it into the seat back. For protection ofall occupants in the cab, in the event of an accident, the inertial components within the clamp will constrain the SCBA bottle in the seat and will exceed the NFPA standard of9G. There will be a quantity ofthree (3)SCBA brackets. SEATBELTS All cab and tiller cab (if applicable) seating positions will have red seat belts. To provide quick, easy use for occupants wearing bunker gear, the female buckle and seat belt webbing length will meet or exceed the The 3-point shoulder type seat belts will include height adjustment. This adjustment will optimize the belts effectiveness and comfort for the seated firefighter. The 3-point shoulder type seat belts will be furnished with dual automatic retractors that will provide ease of operation in the normal seating position. current edition of applicable NFPA and CAN/ULC-S $515 standards. 111of The 3-point shoulder type belts will also include the ReadyReach D-loop assembly to the shoulder belt system. The ReadyReach feature adds an extender arm to the D-loop location placing the D-loop ina a closer, To ensure safe operation, the seats will be equipped with seat belt sensors in the seat cushion and belt easier to reach location. Any flip up: seats will include a 3-point shoulder type belts only. receptacle that will activate an alarm indicating a seat is occupied but not buckled. HELMET STORAGE CAB DOME LIGHTS cach side of the crew cab. Helmet storage will be located in a body compartment. There will be four (4) dual LED dome lights with black bezels provided. Two (2) lights will be mounted above the inside shoulder of the driver and officer and two (2) lights will be installed and located, one (1)on The color oft the LED's will be red and white. The color LED's will be controlled by the lens switch. The white LED's will be controlled by the door switches and the lens switch. In order to ensure exceptional illumination, each white LED dome light will provide a minimum of10.1 foot- candles (fc) covering an entire 20.00" x 20.00" square seating position when mounted 40.00" above the seat. The cab and crew cab dome lights will remain on for 10 seconds for improved visibility after the doors are The dome lights will dim after 10 seconds or immediately ifthe vehicle's transmission is put into gear. There will be two (2) additional rectangular based adjustable map light(s) with white LEDs installed in the ENHANCED SOFTWARE FOR CAB AND CREW CAB DOME LIGHTS closed. ADDITIONAL OVERHEAD MAP LIGHT cab and located one each side in the overhead switch panel. Each light will include a switch on the light housing. The light switch(es) will be connected directly to the ignition switched power. HAND HELD LIGHT outboard rear seats. The Vulcan will be yellow in color. CABI INSTRUMENTATION There will be four (4) 12v Streamlight, model #44001, Vulcan lights mounted under the forward facing The cab instrument panel include gauges, an LCD display, telltale indicator lamps, control switches, alarms, and a diagnostic panel. The function ofthe instrument panel controls and switches will be identified by a label adjacent to each item. Actuation of the headlight switch will illuminate the labels in low light conditions. Telltale indicator lamps will not be illuminated unless necessary. The cab instruments and controls will be conveniently located within the forward cab section, forward oft the driver. The gauge assembly and switch panels are designed to be removable for ease of service and low cost of ownership. The gauge panel will include the following ten (10) black faced gauges with black bezels to monitor vehicle Gauges performance: Voltmeter gauge (volts): Low volts (11.8 VDC) Amber caution indicator on the information center with intermittent alarm Amber caution light on gauge assembly 112of High volts (15.5 VDC) Amber caution indicator on the information center with intermittent alarm Red warning indicator on the information center with a steady alarm Red warning indicator on the information center with a steady alarm Amber caution light on gauge assembly Amber caution light on gauge assembly Amber caution light on gauge assembly Very low volts (11.3 VDC) Very high volts (16.0V VDC) Engine Tachometer (RPM) Speedometer MPH (Major Scale), KM/H (Minor Scale) Fuel level gauge (Empty - Full in fractions): Low fuel (1/8 full) Amber caution indicator on the information center with intermittent alarm Red caution indicator on the information center with steady alarm Amber caution light on gauge assembly Amber caution light on gauge assembly Very low fuel (1/32 full) Engine Oil pressure Gauge (PSI): Low oil pressure to activate engine warning lights and alarms Red caution indicator on the information center with steady alarm Amber caution light on gauge assembly Low air pressure to activate warning lights and alarm Amber caution light on gauge assembly Low air pressure to activate warning lights and alarm Amber caution light on gauge assembly Front Air Pressure Gauges (PSI): Red warning indicator on the information center with a steady alarm Rear Air Pressure Gauges (PSI): Red warning indicator on the information center with a steady alarm Transmission Oil Temperature Gauge (Fahrenheit): High transmission oil temperature activates warning lights and alarm Amber caution indicator on the information center with intermittent alarm Amber caution light on gauge assembly Engine Coolant Temperature Gauge (Fahrenheit): High engine temperature activates an engine warning light and alarms Amber caution indicator on the information center with intermittent alarm Amber caution light on gauge assembly Amber indicator light in gauge dial Diesel Exhaust Fluid Level Gauge (Empty - Fullin fractions): Low fluid (1/8 full) All gauges will perform prove out at initial power-up to ensure proper performance. 113of Indicator Lamps Toj promote safety, the following telltale indicator lamps willl be located on the instrument panel in clear view of the driver. The indicator lamps will be "dead-front" design that is only visible when active, The colored indicator lights will have descriptive text or symbols. The following amber telltale lamps will be present: Low coolant Check engine Trac cntl (traction control) (where applicable) Check trans (check transmission Aux brake overheat (Auxiliary brake overheat Airi rest (air restriction) Caution (triangle symbol) Water in fuel DPF (engine diesel particulate filter regeneration) Trailer ABS (where applicable) Wait to start (where applicable) ABS (antilock. brake system) Side roll fault (where applicable) Front air bag fault (where appliçable) The following red telltale lamps will be) present: Warning (stop sign symbol) Seat belt Parking brake Stop engine Rack down Left turn Right turn Battery on High beam HET (engine high exhaust temperature) (where applicable) MIL (engine emissions system malfunction indicator lamp) (where applicable) The following green telltale lamps will be provided: The following blue telltale lamp will be provided: Alarms message is present. Audible steady tone warning alarm: A steady audible tone alarm will be provided whenever a warning Audible pulsing tone caution alarm: A pulsing audible tone alarm (chime/chirp) will be provided whenevera Alarm silence: Any active audible alarm will be able to be silenced by holding the ignition switch at the top position for three (3) to five (5) seconds. For improved safety, silenced audible alarms will intermittently chirp every 30 seconds until the alarm condition no longer exists. The intermittent chirp will act asa caution message is present without a warning message being present. 114of reminder to the operator that a caution or warning condition still exists. Any new warning or caution condition will enable the steady or pulsing tones respectively. Indicator Lamp and Alarm Prove-Out A system will be provided which automatically tests telltale indicator lights and alarms located on the cab instrument panel. Telltale indicators and alarms will perform prove-out at initial power-up to ensure proper performance. Control Switches For ease of use, the following controls will be provided immediately adjacent to the cab instrument panel within easy reach oft the driver. All switches will have backlit labels for low light applications. Headlight/Parking light switch: A three (3)-position maintained rocker switch will be provided. The first switch position will deactivate all parking and headlights. The second switch position will activate the Panel back lighting intensity control switch: A three (3)-position momentary rocker switch will be provided. Pressing the top half oft the switch, "Panel Up" increases the panel back lighting intensity and pressing the bottom half oft the switch, "Panel Down" decreases the panel back lighting intensity. Pressing the halfo or bottom halfoft the switch several times will allow back lighting intensity to be gradually varied from Ignition switch: A three (3)-position maintminedmomentary rocker switch will be provided. The first switch position will turn off and deactivate vehicle ignition. The second switch position will activate vehicle ignition and will perform prove-out on the telltale indicators and alarms for 3 to5seconds after the switch is turned on, A green indicator lamp is activated with vehicle ignition. The third momentary position will temporarily silence all active cab alarms. An alarm "chirp" may continue as long as alarm condition exists. Switching ignition to off position will terminate the alarm silence feature and reset function of cab alarm Engine start switch: A two (2)-position momentary rocker switch will be provided. The first switch position is the default switch position. The second switch position will activate the vehicle's engine. The switch parking lights. The third switch will activate the headlights. minimum to maximum intensity level for ease ofu use. system. actuator is designed to prevent accidental activation. Heater, defroster, and air conditioning control panel. Hazard switch will be provided on the instrument panel or on the steering column. Windshield wiper control will have high, low and intermittent modes. Turn signal arm: A self-canceling turn signal with high beam headlight controls will be provided. Parking brake control: An air actuated push/pull park brake control valve will be provided. Chassis horn control: Activation ofthe chassis horn control will be provided through the center ofthe High idle engagement switch: A momentary rocker switch with integral indicator lamp will be provided. The switch will activate and deactivate the high idle function. The "OK To Engage High Idle" indicator lamp must be active for the high idle function to engage. A green indicator lamp integral to the high idle "OK To Engage High Idle" indicator lamp: A green indicator light will be provided next to the high idle activation switch to indicate that the interlocks have been met to allow high idle engagement. Emergency switching will be controlled by multiple individual warning light switches for various groups or areas of emergency warning lights. An Emergency Master switch provided on the instrument panel that An additional "Emergency Master" button will be provided on the lower left hand corner oft the gauge panel to allow convenient control of the 'Emergency Master" system from inside the driver's door when standing steering wheel. engagement switch will indicate when the high idle function is engaged. enables or disables all individual warning light switches is included. on the ground. 115of Custom Switch Panels The design of cab instrumentation will allow for emergency lighting and other switches tol be placed within easy reach oft the operator thus improving safety. There willl be positions for up to four (4) switch panels in the lower instrument console and up to six (6) switch panels in the overhead visor console. All switches have backlit labels for low light conditions. Diagnostic Pane! A diagnostic panel will be accessible while standing on the ground and located inside the driver's side door left of the steering column. The diagnostic panel will allow diagnostic tools such as computers to connect to various vehicle systems fori improved troubleshooting providing a lower cost ofownership. Diagnostic switches will allow ABS systems to provide blink codes should aj problem exist. The diagnostic panel will include the following: Engine diagnostic port Transmission diagnostic port ABS diagnostic port Roll sensor diagnostic port Command Zone USB diagnostic port ABS diagnostic switch (blink codes flashed on ABS telltale indicator) Diesel particulate filter regeneration switch (where applicable) Diesel particulate filter regeneration inhibit switch (where applicable) Cab LCD Display A digital four (4)-row by 20-character dot matrix display will be integral to the gauge panel. The display will be capable of showing simple graphical images as well as text. The display will be split into three (3) sections. Each section will have a dedicated function. The upper left section will display the outside ambient The upper right section will display the following, along with other configuration specific information: temperature. Odometer Trip mileage PTO hours Fuel consumption Engine hours The bottom section will display INFO, CAUTION, and WARNING messages. Text messages will automatically activate to describe the cause of an audible caution or warning alarm. Thel LCD will be capable of displaying multiple text messages should more than one caution or warning condition exist. Al high air restriction warning indicator light LCD message with amber warning indicator and audible alarm AIR RESTRICTION INDICATOR will be provided. "DONOT MOVE APPARATUS" INDICATOR A flashing red indicator light, located in the driving compartment, will be illuminated automatically per the current NFPA requirements. The light will be labeled "Do Not Move Apparatus IfLight Is On." The same circuit that activates the Do Not Move Apparatus indicator will activate aj pulsing alarm when the parking brake is released. 116of DONOT MOVE TRUCK MESSAGES Messages will be displayed on the Command ZoneTM, color display located within sight oft the driver whenever the Do Not Move Truck light is active. The messages will designate the item or items not in the stowed for vehicle travel position (parking brake disengaged). The following messages will be displayed (where applicable): Do Not Move Truck DS Cab Door Open (Driver Side Cab Door Open) PS Cab Door Open (Passenger's Side Cab Door Open) DS Crew Cab Door Open (Driver Side Crew Cab Door Open) PS Crew Cab Door Open (Passenger's Side Crew Cab Door Open) DS Body Door Open (Driver Side Body Door Open) PS Body Door Open (Passenger's Side Body Door Open) DS Ladder Rack Down (Driver Side Ladder Rack Down) PS Ladder Rack Down (Passenger Side Ladder Rack Down) LtTower Not Stowed (Light Tower Not Stowed) Fold Tank Not Stowed (Fold-A-Tank Not Stowed) Aerial Not Stowed (Aerial Device Not Stowed) Rear Body Door Open Deck Gun Not Stowed Stabilizer Not Stowed Steps Not Stowed Handrail Not Stowed Any other device that is opened, extended, or deployed that creates al hazard or is likely to cause major damage to the apparatus if the apparatus is moved will be displayed as a caution message after the parking brake is disengaged. SWITCH PANELS The emergency light switch panel will have a master switch for ease of use plus individual switches for selective control. Each switch panel will contain eight (8) membrane-type switches each rated for one million(1,000,000) cycles. Panels containing less than eight (8) switch assignments will include non- functioning black appliqués. The built-in switch panels will be located in the lower console or overhead Additional switch panel(s) will be located in the overhead position(s) above the windshield or in designated The switches will be membrane-type and also act as an intégral indicator light. Forq quick, visual indication the entire surface of the switch will be illuminated white whenever back lighting is activated and illuminated green whenever the switch is active. An active illuminated switch will flash when interlock requirements are not met or device is actively being load managed. For ease of use, a two (2)-ply, scratch resistant laser engraved Gravoply label indicating the use of each switch will be placed in the center ofthe switch. The label will allow light to pass through the letters for ease of use in low light conditions. console ofthe cab. locations on the lower instrument panel layout. WIPER CONTROL For simple operation and easy reach, the windshield wiper control will be an integral part of the directional light lever located on the steering column. The wiper control will include high and low wiper speed settings, an intermittent wiper control and windshield washer switch. The control will have a "return toj park" provision, which allows the wipers to return to the stored position when not in use. 117of SPARE CIRCUIT There will be [Qty,] pair of wires, including aj positive and a negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected [12vdc power from). The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate [Location). Termination will be [Wire termination). [Switch, Lt Control 11 DC] [Switch, Lt Control 2 DC] The circuits selected above will be controlled by a switch in the following locations: Wires will be sized to 125% of the protection. This circuit(s) may be load managed when the parking brake is set. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and a negative, installed on the apparatus. The positive wire will be connected directly to the battery switched power The above wires will have the following features: The negative wire will be connected to ground Wires will be protected to 15 amps at 12 volts DC Power and ground will terminate officer side dash area Termination will be with 15 amp, power point plug with rubber cover Wires will be sized to 125 percent of the protection The circuit(s) may be load managed when the parking brake is set. SPARE CIRCUIT There will be one (1) pair of wires, including a positive and ai negative, installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the battery power. The negative wire will be connected to ground. Wires will be protected to 15 amps at 12 volts DC. Power and ground will terminate officer side dash area. Termination will be with heat shrinkable butt splicing. Wires will be sized to 125 percent of the protection. Battery direct loads cannot bel Load Managed. SPARE CIRCUIT There will be four (4) dual USB fast charge socket mounts installed on the apparatus. The above wires will have the following features: The positive wire will be connected directly to the ignition switched power. The negative wire will be connected to ground. Wires will be protected to 4.8 amps at 12 volts DC. The USB socket mount will be one near the engineer, one near the captain, one at each Termination will be a Blue Sea Systems part number 1045 dual USB charger socket. forward facing flip down seat. Wires will be sized to 125% of the protection. 118of This circuit(s) may be load managed when the parking brake is applied. STEREO RADIO There will be one heavy duty AM/FM/V Weatherband/ Bluetooth stereo radio. The radio will be installed within reach of the officer. There will be 5.25" speakers installed one (1) pair of 5.25" speakers in the cab and one (1) pair of 5.25" speakers in the crew cab. The antenna will be ar roof-mounted rubber antenna located in an open space, on the cab roof. The following Jensen features will be included: 180 watts max power (45Wx4 4); 100 watts RMS (25Wx4) Bluetoothe streaming audio (A2DPIAVRCP) Weatherband AM/FM tuner with 30 presets Audio settings volume/Dass/reble/balance/ade) Toggle switch between day and night display Daylight-readable, segmented LCD Two-wire power with non-volatile memory and clock support Low battery alert INFORMATION CENTER ABS plastic housing. An information center employing a 7.00" diagonal touch screen color LCD display will be encased in an The information center will have the following specifications: Operate in temperatures from -40 to 158 degrees Fahrenheit LCD optically bonded to hardened AR glass lens Five weather resistant user interface switches Grey with black accents Sunlight Readable Linux operating system Minimum of 1000nits rated display Display can be changed to an available foreign language ALCD display integral to the cab gauge panel will be included as outlined in the cab instrumentation area. Programmed to read US Customary General Screen Design Where possible, background colors will be used toj provide "At a Glance" vehicle information. Ifinformation provided on a screen is within acceptable limits, a green background will be used. Ifac caution or warning situation arises the following will occur: An amber background/text color will indicate a caution condition Ared backgroundtext color will indicate a warning condition The information center will utilize an "Alert Center" to display text messages for audible alarm tones. The text messages will be written to identify the item(s) causing the audible alarm to sound. Ifmore than one (1) text message occurs, the messages will cycle every second until the problem(s) have been resolved. The background color for the "Alert Center" will change to indicate the severity of the "warning" message. Ifa warning and a 119of caution condition occur simultaneously, the red background color will be shown for all alert Alabel for each button will exist. The label will indicate the function for each active button for each screen. Buttons that are not utilized on specific screens will have a button label center messages. with no text or symbol, Home/Transit Screen This screen will display the following: Vehicle Mitigation (if equipped) information center) center) Water Level (if the water level system includes compatible communications to the Foam Level (if the foam level system includes compatible communications to the information Seat Belt Monitoring Screen Tire Pressure Monitoring (ifequipped) Digital Speedometer Active Alarms On Scene Screen This screen will display the following and will be auto activated with pump engaged (ifequipped): Battery Voltage Fuel Oil Pressure Coolant Temperature RPM Water Level (if equipped) Foam Level (if equipped) Foam Concentration (if equipped) Water Flow Rate (if equipped) Water Used (if equipped) Active Alarms Virtual Buttons switch panels. Page Screen functionality: There will be four (4) virtual switch panel screens that match the overhead and lower lighting and HVAC The page screen will display the following and allow the user to progress into other screens for further Diagnostics Faults Listed by order of occurrence Allows to sort by system Throttle Interlocks Interlock 120of Pump Interlocks (if equipped) Aerial Interlocks (if equipped) PTO Interlocks (if equipped) description of the load. voltage condition occur. Load Manager Al list of items to be load managed will be provided. The list will provide a The lower the priority numbers the earlier the device will be shed should a low The screen will indicate if a load has been shed (disabled) or not shed. "At a glance" color features are utilized on this screen. Systems Command Zone Module type and ID number Module Version Input or output number Status of the input or output Circuit number connected to that input or output Power and Constant Current module diagnostic information Foam (if equipped) Pressure Controller (if equipped) Generator Frequency (ifequipped) General Truck Data Live Data Maintenance Engine oil and filter Transmission oil and filter Pump oil (if equipped) Foam (if equipped) Aerial (if equipped) Clock Setup Date & Time Backlight Setup 12 or 24 hour format Set time and date Daytime Night time Sensitivity Unit Selection Home Screen Virtual Button Setup On Scene Screen Setup Configure Video Mode Set Video Contrast 121of Set Video Color Set Video Tint Dol Not Move The screen will indicate the approximate location and type of item that is open or is not stowed for travel. The actual status of the following devices will be indicated Driver Side Cab Door Passenger's Side Cab Door Driver Side Crew Cab Door Passenger's Side Crew Cab Door Driver Side Body Doors Passenger's Side Body Doors Rear Body Door(s) Ladder Rack (if applicable) Deck Gun (if applicable) Light Tower (if applicable) Hatch Door (if applicable) Stabilizers (if applicable) Steps (if applicable) Notifications View Active Alarms Shows a list of all active alarms including date and time of the occurrence is shown with each alarm Silence Alarms - All alarms are silenced Timer Screen HVAC (if equipped) Tire Information (if equipped) Ascendant Set Up Confirmation (if equipped) Button functions and button labels may change with each screen. VEHICLE DATA RECORDER There will be a vehicle data recorder (VDR) capable of reading and storing vehicle information provided. The information stored on the VDR can be downloaded through al USB port mounted in a convenient location determined by cab model. A USB cable can be used to connect the VDR to a laptop to retrieve required information. The program to download the information from the VDR will be available to download on-line. The vehicle data recorder will be capable ofrecording the following data via hardwired and/or CAN inputs: Vehicle Speed - MPH Acceleration - MPH/sec Deceleration - MPH/sec Engine Speed - RPM ABS Event - On/Off Engine Throttle Position - % of Full Throttle Seat Occupied Status - Yes/No by Position Seat Belt Buckled Status - Yes/No by Position Master Optical Warning Device Switch - On/Off 122of Internal clock syncs the time and date when a laptop is connected Seat Belt Monitoring System A: seat belt monitoring system (SBMS) will be provided on the Command ZoneTM color display and in the center overhead ofthe cab instrument panel. The SBMS will be capable ofmonitoring up to 10 seating positions indicating the status of each seat position per the following: Seat Occupied & Buckled = Green LED indicator illuminated Seat Occupied & Unbuckled = Red LED indicator with audible alarm No Occupant & Buckled = Red LED indicator with audible alarm No Occupant & Unbuckled = No indicator and no alarm The seat belt monitoring screen will become active on the Command Zone color display when: The home screen is active: and there is any occupant seated but not buckled or any belt buckled with an and there are no other Do Not Move Apparatus conditions present. As soon as all Do Not Move Apparatus conditions are cleared, the SBMS will be activated. occupant. The SBMS will include an audible alarm that will warn that an unbuckled occupant condition exists and the parking brake is released, or the transmission is not in park. INTERCOM: SYSTEM A five (5) position, Sigtronics model US-67D dual radio interface intercom will be provided. The driver and officer and will have dual radio transmit /intercom capability. Three (3) crew cab positions at two (2). forward facing seats and one (1) rear facing seat will have radio listen/intercom capability. System includes: One (1).US-67D Intercom Unit - Five (5) Interior Headset Jacks All necessary interconnect wiring RADIO INTERFACE NOT REQUIRED HEADSET, OVER THE HEAD Each headset will feature: Two( (2) Radio Push-to-Talk buttons (Driver and officer) The apparatus manufacturer will not providear radio/intercom interface. There will be five (5) Sigtronics, Model SE-48, over the head, standard headset(s) provided at each seat position. Coiled cord with single nickel coated plug Noise cancelling electret microphone with wind muff Flexible microphone boom rotates 180 degrees for left or right dress Foam earseals Volume control 24 dB noise reduction RADIO ANTENNA MOUNT cap will be installed on the mount. There will be two (2) standard 1.125", 18 thread antenna-mounting base(s) installed on the right side on the cab roof with high efficiency, low loss, coaxial cable(s) routed to the instrument panel area, A weatherproof 123of VEHICLE CAMERA SYSTEM There willl be: a color vehicle camera system provided with the following: One (1) Standard Definition (SD) camera located at the rear of the apparatus, pointing rearward, displayed automatically with the vehicle in reverse. The camera images will be displayed on the left side vehicle information center display. Audio from the microphone on the rear camera will be not provided. The following components will be included: One ()SV-CW134639CAI Camera All necessary cables Camera Switcher A camera switcher is not required. RECESS REAR CAMERA A rear camera recess will be provided in the center at the rear. ELECTRICAL POWER CONTROL SYSTEM Thej primary power distribution will be located forward of the officer's seating position and be casily accessible while standing on the ground for simplified maintenance and troubleshooting. Additional electrical distribution centers willl be provided throughout the vehicle to house the vehicle's electrical power, circuit protection, and control components. The electrical distribution centers will be located strategically throughout the vehicle to minimize wire length. For ease of maintenance, all electrical distribution centers will be easily accessible. All distribution centers containing fuses, circuit breakers and/or relays will be easily Distribution centers located throughout the vehicle will contain battery powered studs for supplying customer Circuit protection devices, which conform to SAE: standards, will be utilized to protect electrical circuits. All circuit protection devices will be rated per NFPA requirements to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers will be Type-I automatic reset (continuously resetting). When required, automotive type fuses will be utilized to protect electronic equipment. Control relays and solenoid will have a direct current rating of1 125 percent of the maximum accessible. installed equipment thus providing a lower cost ofownership. current for which the circuit is protected per NFPA. Solid-State Control System A: solid-state electronics based control system will be utilized to achieve advanced operation and control of the vehicle components. A fully computerized vehicle network will consist of electronic modules, electronic control modules toi include black housings, aj power indicator and status indicator located near their point of use to reduce harness lengths and improve reliability. The control system will comply with SAE. J1939-11 The control system will operate as a master-slave system whereas the main control module instructs all other system components. The system will contain patented Mission Critical software that maintains critical vehicle operations in the unlikely event of a main controller error. The system will utilize a Real Time Operating System (RTOS) fully compliant with OSEK/VDXIM specifications providing a lower cost of Fori increased reliability and simplified use the control system modules will include the following attributes: recommended practices. ownership. Green LED indicator light for module power No moving parts due to transistor logic Red LED indicator light for network communication stability status Control system self test at activation and continually throughout vehicle operation 124of Software logic control for NFPA mandated safety interlocks and indicators Integrated electrical system load management without additional components Integrated electrical load sequencing system without additional components Factory and field programmable to accommodate changes to the vehicle's operating Customized control software to the vehicle's configuration parameters To assure long life and operation in a broad range of environmental conditions, the solid-state control system modules will meet the following specifications: Module circuit board will meet SAE J771 specifications Operating temperature from -40 degrees Celsius to +70 degrees Celsius Storage temperature from -40 degrees Celsius to +70 degrees Celsius temporary immersion between 15 centimeters and one (1) meter) Operating voltage from eight (8) volts to 32 volts DC Vibration to 50g IP67 rated enclosure (Totally protected against dust and also protected against the effect of The main controller will activate status indicators and audible alarms designed to provide warning of problems before they become critical. Circuit Protection and Control Diagram Copies of all job-specific, computer network input and output (I/O) connections will be provided with each chassis. The sheets will indicate the function of each module connection point, circuit protection information (where applicable), wire numbers, wire colors and load management information. The on-board information center will include the following diagnostic information: On-Board Electrical System Diagnostics Text description of active warning or caution alarms Amber caution indication with intermittent alarm Red warning indication with steady tone alarm Simplified warning indicators Advanced diagnostic feature willl be provided in this control system. From the Command Zone display or connected wireless device, these features allow the user to monitor the real-time status ofc every input or output on the vehicle. It: also allows users logged in as an administrator to force on inputs or outputs to assist the troubleshooting process. TCU Module with WiFi An in cab module will provide WiFi wireless interface and data logging capability. The WiFi interface will comply with IEEE 802.11 b/g/n capabilities while communicating at 2.4 Gigahertz. The module will communicate through a black WiFi antenna allowing a line of site communication range of up to 300 feet The module will transmit aj password protected web page. to a WiFi enabled device (i.e. most smart phones, tablets or laptops) allowing two levels of user interaction. The firefighter level will allow vehicle monitoring of the vehicle and firefighting systems on the apparatus. The technician level will allow diagnostic access to with a roofmounted antenna. inputs and outputs installed on the Command ZoneTM, control and information system. 125of The TCU capability will record faults from the engine, transmission, ABS and Command ZoneTM, control and information systems as they occur. No other data will be recorded at the time the fault occurs. The data The TCU will provide ai means to download the TCUinformation and update software in the device. A: system will be provided which automatically tests basic indicator lights and alarms located on the cab TCU will provide up to 2 Gigabytes of data storage. Indicator Light and Alarm Prove-Out System instrument panel. Voltage Monitor System below or above optimum levels, A voltage monitoring system will be provided to indicate the status of the battery system connected to the vehicle's electrical load. The system will provide visual and audible warning when the system voltage is The alarm will activate ift the system falls below 11.8 volts DC: for more than two (2) minutes. Dedicated Radio Equipment Connection Points There will be three (3) studs provided in the primary power distribution center located in front ofthe officer for two-way radio equipment. The studs will consist of the following: 12-volt 40-amp battery switched power 12-volt 60-amp ignition switched power 12-volt 60-amp direct battery power There will also be a 12-volt 100-amp ground stud located in or adjacent to the power distribution center. To prevent erroneous signals from crosstalk contamination and interference, the electrical system will meet, at a minimum, SAE J551/2, thus reducing undesired electromagnetic and radio frequency emissions. An advanced electrical system will be used to ensure radiated and conducted electromagnetic interference (EMI) The apparatus will have the ability to operate in the electromagnetic environment typically found in fire ground operations to ensure clean operations. The electrical system will meet, without exceptions, electromagnetic susceptibility conforming to SAEJ1113/25 Region 1, Class C EMR for 10KHZ-1GHz to 100 Volts/Meter. The vehicle OEM, upon request, will provide EMC testing reports from testing conducted on an entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE. J1113/25 Region 1, Class C EMR for 10KHz-1GHz to 100 Volts/Meter requirements. Component and partial (incomplete) vehicle testing is not adequate as overall vehicle design can impact test results and thus is not acceptable by itself. EMI/RFI susceptibility will be controlled by applying appropriate circuit designs and shielding. The electrical system will be designed for full compatibility with low-level control signals and high-powered two- way radio communication systems. Harness and cable routing will be given careful attention to minimize the EMI/RFI Protection or radio frequency interference (RFI) emissions are suppressed at their source. potential for conducting and radiated EMI/RFI susceptibility. ELECTRICAL SYSTEM PROGNOSTICS There will be a software based vehicle tool provided to predict remaining life of the vehicles critical fluid and The system will send automatic indications to the Command ZoneTM information center and/or wireless events. enabled devices toj proactively alert of upcoming service intervals. Prognostics will include the following: Engine oil and filter Transmission oil and filter 126of ELECTRICAL All 12-volt electrical equipment installed by the apparatus manufacturer will conform to modern automotive practices. All wiring will be high temperature crosslink type. Wiring will be run, inl loom or conduit, where exposed and have grommets where wire passes through sheet metal. Automatic reset circuit breakers will be provided which conform to SAE Standards. Wiring will be color, function and number coded. Function and number codes will be continuously imprinted on all wiring harness conductors at 2.00" intervals. Exterior exposed wire connectors will be positive locking, and environmentally sealed to withstand elements such as 1. All holes made in the roof will be caulked with silicon. Large fender washers, liberally caulked, will be used when fastening equipment to the underside of the cab roof. 2. Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate ini it. Exposed area will be defined as any location 3. Electrical components designed to be removed for maintenance will not be fastened with nuts and bolts. Metal screws will be used in mounting these devices. Also a coil of wire will be provided behind the appliance to allow them to be pulled away from mounting area for 4. Corrosion preventative compound will be applied to all terminal plugs located outside of the cab or body. All non-waterproof connections will require this compound in the plug to 5. All lights that have their sockets in a weather exposed area will have corrosion preventative 6. All electrical terminals in exposed areas will have silicon applied completely over the metal All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, will be furnished. Rear identification lights will be recessed mounted for protection. Lights and wiring mounted in the rear bulkheads will be protected from damage by installing a false bulkhead inside the rear compartments. An operational test will be conducted to ensure that any equipment that is permanently attached to the The results ofthe tests will be recorded and provided to the purchaser at time of delivery. temperature extremes, moisture and automotive fluids. Electrical wiring and equipment will be installed utilizing the following guidelines: outside of the cab or body. inspection and service work. prevent corrosion and for easy separation (of the plug). compound added to the socket terminal area. portion of the terminal. clectrical system is properly connected and in working order. BATTERY SYSTEM features, each, will be provided: 1000 CCA (cold cranking amps) 185 reserve capacity High cycle 185 reserve capacity Threaded studs BATTERY SYSTEM cab instrument panel. Six (6) 12 volt, Deka, Model 1231MF, maintenance free group 31 batteries that include the following Ref. CAof 1190 at 0 degrees Fahrenheit There will be a single starting system with an ignition switch and starter button provided and located on the 127of MASTER BATTERY SWITCH battery system. system. There will be a master battery switch provided within the cab within easy reach of the driver to activate the An indicator light will be provided on the instrument panel to notify the driver ofthe status oft the battery BATTERY COMPARTMENTS Batteries will be placed on non-corrosive mats and be stored in well ventilated compartments located under the cab and bolted directly to the chassis frame. The battery boxes will have reinforced sides. The battery compartments will be constructed of0.188" stcel plate and be designed to accommodate aj maximum of three (3) group 31 batteries in each compartment. The battery hold-downs will be of a non-corrosive material. All Heavy-duty, 2/0 gauge, color coded battery cables will be provided. Battery terminal connections will be Battery solenoid terminal connections will be encapsulated with semi-permanent rubberized compound. One (1): set of battery. jumper studs with plastic color-coded covers will be included on the battery bolts and nuts will be stainless steel. coated with anti-corrosion compound. JUMPER STUDS compartments. BATTERY CHARGER There will be al KussmaulM, Chief'Series Smart Charger 6012, product code 091-266-12-60, 60 amp battery The battery charger will be wired to the AC shoreline inlet through ajunction box located near the battery The battery charger will be located inl LS3, left side body compartment, mounted on the left wall as high as charger with build-in touch screen display provided. charger. practical. REMOTE CONTROL PANEL: - BATTERY CHARGER There will be al KussmaullM, Chief Series Smart Charger remote control panel, product code 091-266-RCP included. The battery charger indicator will be located on the driver's seat riser, AUTO EJECT FOR SHORELINE There will be one (1) KussmaullM, Model 091-55-20-120, 20 amp 120 volt AC shoreline inlet(s) provided to There will be ai release solenoid wired to the vehicle's starter to cject the AC connector when the engine is operate the dedicated 120 volt AC circuits on the apparatus. The shoreline inlet(s) will include black weatherproof flip up cover(s). The shoreline(s) will be connected to the battery charger. starting. There will be a mating connector body supplied with the loose equipment. There will be al label installed near the inlet(s) that state the following: Line Voltage Current Ratting (amps) Phase Frequency The shoreline receptacle willl be located on the driver side of cab, above wheel. 128of ALTERNATOR A Delco Remy, Model 55SI, alternator will be provided. It willl have a rated output current of430 amps, as measured by SAE method. J56. The alternator will feature an integral regulator and rectifier system that has been tested and qualified to an ambient temperature of257 degrees Fahrenheit (125 degrees Celsius). The alternator will be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. ELECTRONIC LOAD MANAGER An electronic load management (ELM) system will be provided that monitors the vehicles 12-volt electrical system, automatically reducing the electrical load in the event ofal low voltage condition, and automatically restoring the shed electrical loads when a low voltage condition expires. This ensures the integrity of the For improved reliability and ease of use, the load manager system will be an integral part of the vehicle's solid state control system requiring no additional components to perform load management tasks. Load electrical system. management systems which require additional components will not be allowed. The system will include the following features: System voltage monitoring. cycling on and off. Ashed load will remain inactive for a minimum of five minutes to prevent the load from Sixteen available electronic load shedding levels. Priority levels can be set for individual outputs. High Idle to activate before any electric loads are shed and deactivate with the service brake. Ifenabled: "Load Man Hi-Idle On" will display on the information center. Hi-ldle will not activate until 30 seconds after engine start up. Individual switch "on" indicator to flash when the particular load has been shed. The information center indicates system voltage. The information center, where applicable, includes a "Load Manager" screen indicating the following: Load managed items list, with priority levels and item condition. Individual load managed item condition: ON = not shed SHED = shed SEQUENCER A sequencer will be provided that automatically activates and deactivates vehicle loads in a preset sequence thereby protecting the alternator from power surges, This sequencer operation will allow a gradual increase or decrease in alternator output, rather than loading or dumping the entire 12 volt load toj prolong the life of For improved reliability and ease ofuse, the load sequencing system will be an integral part ofthe vehicle's solid state control system requiring no additional components to perform load sequencing tasks. Load Emergency light sequencing will operate in conjunction with the emergency master light switch. When the emergency master switch is activated, the emergency lights will be activated one by one at half-second intervals. Sequenced emergency light switch indicators will flash while waiting for activation. When the emergency master switch is deactivated, the sequencer will deactivate the warning light loads in the alternator. sequencing systems which require additional components will not be allowed. the reverse order. 129of Sequencing of the following items will also occur, in conjunction with the ignition switch, at half-second intervals: Cab Heater and Air Conditioning Crew Cab Heater (if applicable) Crew Cab Air Conditioning (if applicable) Exhaust Fans (if applicable) Third Evaporator (if applicable) HEADLIGHTS There will be four (4)JW Speaker, Model 8800, 4"x6" rectangular LED lights mounted in the front quad the outside light on each side will contain a part number 055***1 low beam module the inside light on each side will contain a partnumber 055***1 high beam module the headlights to include black bezels and black mounting screws style, chrome housing on each side oft the cab grille: The low beam lights will be activated when the headlight switch is on. The high beam and low beam lights will be activated when the headlight switch and the high beam switch is activated. DIRECTIONAL LIGHTS There will be two (2) Whelen 600 series, LED combination directional/marker lights provided. The lights willl be located on the outside cab corners, next to the headlights. The color oft the lenses will be clear. INTERMEDIATE LIGHT There will be two (2) Weldon, Model 9186-8580-29, amber LED turn signal marker lights furnished, one (1) each side, in the rear fender panel. The light will double as a turn signal and marker light. CABCIFARANCE/MARKER/IDLIGHTS There will be seven (7) amber LED lights provided per the following: Three (3) amber LED identification lights will be installed in the center of the cab above the Two (2) amber LED clearance lights will be installed, one (1) on each outboard side of the cab above the windshield as close to the outside of the apparatus as practical. Two (2) amber LED clearance lights will be installed, one (1) on each side of the cab as high windshield. and far forward as practical. The lights will be installed without guards. FRONT CAB SIDE DIRECTONAV/MARKER LIGHTS wrap around bezel, one (1) on each side of the cab. There will be two (2) Truck-Liteg, Model 19036Y, amber LED lights installed to the outside of the chrome The lights will activate as marker lights with the headlight switch and directional lights with the corresponding directional circuit. REAR CLEARANCE/MARKER/ID LIGHTING rear oft the apparatus per the following: There will be three (3) Truck-Lite, Model 26250R, LED lights used as identification lights located at the As close as practical to the vertical centerline 130of Centers spaced not less than 6.00" or more than 12.00" apart Red in color All at the same height There will be two (2) Truck-Lite, Model 26250R, LED lights installed at the rear oft the apparatus used as clearance lights located at the rear of the apparatus per the following: Toir indicate the overall width of the vehicle One (1) each side of the vertical centerline As near the top as practical Red in color To be visible from the rear All at the same height There will be two (2) Truck-Lite, Model 26250R, LED lights installed on the side oft the apparatus as marker lights as close to the rear as practical per the following: To indicate the overall length of the vehicle One (1) each side of the vertical centerline As near the top as practical Red in color To be visible from the side All at the same height There will be two (2) red reflectors located on the rear ofthe truck facing to the rear. One (I)each side, as far to the outside as practical, at ai minimum of15.00", but no more than 60.00", above the ground. There will be two (2) red reflectors located on the side of the truck facing to the side. One (1) each side, as far to the rear as practical, at ai minimum of 15.00", but no more than 60.00", above the ground. Per FMVSS 108 and CMVSS 108 requirements. REAR FMVSS LIGHTING compartments. There will be two (2) wrap around tri-cluster LED modules provided on the face of the rear body Each tri-cluster will include the following: One (1) LED stop/tail light One (1) LED directional light One (1) LED backup light LICENSE PLATE BRACKET One (1) license plate bracket constructed of stainless steel will be provided at the rear oft the apparatus. One (1) white LED light with black housing will be provided to illuminate the license plate. A stainless steel light shield will be provided over the light that will direct illumination downward, preventing white light to the rear. 131of BACK-UP ALARM A PRECO, Model 1040, solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse will be provided. The device will sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten (10) dBA above surrounding environmental noise levels. CAB PERIMETER SCENE LIGHTS There will be four (4) Amdor, Model AY-LB-12HWO", white LED strip lights provided, one (1) for cach These lights will be activated automatically when the battery switch is on and the exit doors are opened or by cab door that will meet NFPA ground lighting requirements. the same means as the body perimeter scene lights. PUMP HOUSE PERIMETER LIGHTS There will be two (2) Amdor, Model AY-LB-12HW020, 350 lumens each, 20.00" LED weatherproof fstrip Ifthe combination of options in the vehicle does not permit clearance for a 20.00" light, a 12.00" version of lights with brackets provided under the pump panel running boards, one (1) each side. The lights will be controlled by the same means as the body perimeter lights. the Amdor light will be installed. BODYE PERIMETER SCENE LIGHTS There will be two (2) Amdor, Model AY-LB-12HW020, 350 lumens, 20.00" long, white LED's, 12 volt DC lights provided at the rear step area of the body, one (1) each side shining to the rear. Thej perimeter scene lights will be activated when the parking brake is applied. ENHANCED SOFTWARE FOR PERIMETER LIGHTS All perimeter lights will be deactivated when the parking brake is released unless alternate control is selected. The cab and crew cab perimeter lights will remain on for ten (10) seconds for improved visibility after the doors closed. STEP LIGHTS There will be two (2) white LED step lights will be provided at the rear to illuminate the tailboard/step area. In order to ensure exceptional illumination, cach light will provide a minimum of25 foot-candles (fe) covering an entire 15"x 15" square placed ten (10) inches below the light and a minimum of1.5 fc covering All other steps on the apparatus will be illuminated per the current edition of applicable NFPA standards. There will be one(1)' Whelen, Model M9LZC LED scene light(s) with black flange(s) installed on the side of an entire 30" x30" square at the same ten (10) inch distance below the light. These step lights will be actuated with the perimeter scene lights. SCENE LIGHTS the apparatus, Drivers side body forward inj place of option # 782880. Ac control for the light(s) selected above will be the following: aswitch at the passenger's side switch) panel no additional switch location no additional switch location no additional switch location SCENE LIGHTS These lights may be load managed when the parking brake is set. There will be one( (1) Whelen, Model M9LZC LED scene light(s) with black flange(s) installed on the side of the apparatus, Passengers side body forward in place of option #782877. A control for the light(s) selected above will be the following: aswitch at the passenger's side switch panel no additional switch location 132of a switch at the passenger's side switch panel a switch at the passenger's side switch panel These lights may be load managed when the parking brake is set. 12 VOLT LIGHTING There will be a HiViz Model FT-B-72-", 72.00" 12 volt LED combination spot/flood light provided in front The light will be controlled by four (4) master battery activated switches located in a switch panel on the oft the cab roofabove the windshield. The painted parts oft the light housing and brackets to be black. passenger's side: One (1) switch will activate the 10 degree spot beam light One (1) switch will activate the 25-40 degree narrow flood light One (1) switch will activate the 60-90 degree wide flood light One (1) master switch to activate all three (3) patterns at once These light may be load managed when the parking brake is set. 12VOLTDCS SCENE LIGHTS There will be one (1) Whelen@) Model P*H2*, 17,750 lumens 12 volt DC powered lights with white LEDs and a combination of flood and spot optics installed on the apparatus located, on the driver side rear oft the cab. The light(s) to be installed on push up side mount, outside pole length to be 20.00" long. The painted parts of this light assembly to be black. located on the back of the driver's side crew cab. The lights will be activated by a switch at the driver's side switch panel and by a switch in a recessed cup The light(s) may be load managed when the parking brake is applied. 12VOLT DCSCENE LIGHTS There will be one (I) Whelen@ Model P*H2*, 17,750 lumens 12 volt DC powered lights with whitel LEDS and a combination of flood and spot optics installed on the apparatus located, on the passenger side rear of the cab. The light(s) tol bei installed on push up: side mount, outside pole length to be 20.00" long. The painted parts oft this light assembly to be black. located on the back of the passenger's side crew cab. The lights will be activated by a switch at the driver's side switch panel and by a switch in a recessed cup The light(s) may be load managed when the parking brake is applied. 12VOLT DCSCENE LIGHTS driver side on a 45 degree angle. There will be one (1) Whelen@ Model P"HI", 8,875 lumens 12 volt DC powered lights with white LEDS and ac combination of flood and spot optics installed on the apparatus located, mounted outside the lightbar on the The light(s) to be installed on adjustable bail bracket(s). The painted parts ofthis light assembly tol be black. The lights will be activated by a: switch at the driver's side switch panel. The light(s) may be load managed when the parking brake is applied. 12VOLT DC SCENE LIGHTS driver side on a 45 degree angle. There will be one( (1) Whelen Model P*HI*, 8,875 lumens 12 volt DC powered lights with white LEDs and a combination of flood and spot optics installed on the apparatus located, mounted outside the lightbar on the The light(s) to bei installed on adjustable bail bracket(s). 133of The painted parts oft this light assembly to be black. The lights will be activated by a switch at the driver's side switch panel. The light(s) may be load managed when the parking brake is applied. 12VOLTLIGHTING There will be two (2) Whelen) Model P"HI", 8,875 lumens 12 volt DCLED light(s) with a combination of flood and spot optics installed on the apparatus located, one high, each side ofthe rear body. The painted parts oft this light assembly to be black. The light(s) to bei installed in a 15 degree vertical recessed bracket. cup located at the driver's side rear bulkhead. The light(s)n may be load managed when the parking brake is applied. The lights will be controlled by a switch at the passenger's side switch panel and by a switch in a recessed HOSE BEDLIGHTS There will be white 12 volt DC LED light strips with stainless steel protective cover, provided to light the hose bed area. Hose Bed lights will meet the photometric levels listed in the current edition ofa applicable Light strip(s) will be installed along the upper edge of the left side of the hose bed. Light strip(s) will be installed along the upper edge of the right side of the hose bed. The lights will be activated by a cup switch at the rear oft the apparatus no more than 72.00" from the ground. There will be Model FRP, 4" round black 12 volt DC LED floodlight(s) with bolt mount provided to NFPA standards for Hose Bed lighting requirements. WALKING SURFACELIGHT illuminate the entire designated walking surface on top oft the body. The light(s) will be activated when the body step lights are on. WATER TANK Booster tank will have a capacity of750 gallons and be constructed ofUV stabilized ultra highi impact polypropylene plastic by a manufacturer with ai minimum of 20 years experience building tanks, is ISO 9001:2000 certified in all its manufacturing facilities, and has over 50,000 tanks in service. The booster tank will be: a form-fitting design that serves to keep the tank height as low as possible. The tank will be no wider than 39.00" at the base to allow for greater compartment depth and no wider than 53.00" at the top. Tank. joints and seams will be nitrogen welded inside and out. Tank will be baffled in accordance with the current edition of applicable NFPA standards. Baffles will have vent openings at both the top and bottom to permit movement of air and water between Longitudinal partitions will be constructed of .38" polypropylene plastic and will extend from the bottom of Transverse partitions will extend from 4.00" offthe bottom of the tank to the underside ofthe top cover. Tank top will be constructed of.50" polypropylene. It will be recessed .38" and will be welded to the tank Construction will include 2.00" polypropylene dowels spaced no more than 30.00" apart and welded to the transverse partitions. Two( (2) of the dowels will be drilled and tapped (.50" diameter, 13.00" deep) to As sump that willl be sized dependent on the tank toj pump plumbing will be provided at the bottom oft the compartments. the tank through the top cover to allow for positive welding. All partitions will interlock and will be welded to the tank bottom and sides. sides and the longitudinal partitions. Tank top willl be sufficiently supported tol keep it rigid during fast filling conditions. accommodate lifting eyes. water tank. Sump will include a drain plug and the tank outlet. 134of Tank will be installed in a fabricated cradle assembly constructed of structural steel. Sufficient crossmembers will be provided to properly support bottom of tank. Crossmembers will be Tank will "float" in cradle to avoid torsional stress caused by chassis frame flexing. Rubber cushions, .50" Stops or other provision will be provided to prevent an empty tank from bouncing excessively while moving constructed of steel bar channel or rectangular tubing. thick x 3.00" wide, will be placed on all horizontal surfaces that the tank rests on. vehicle. Mounting system will be approved by the tank manufacturer. Fill tower will be constructed of0.50" polypropylene and will be ai minimum of8.00" wide X 14.00" long. Fill tower will be furnished with a 0.25" thick polypropylene screen and a hinged cover. An overflow pipe, constructed of4.00" schedule 40 polypropylene, will be installed approximately halfway down the fill tower and extend through the water tank and exit to the rear of the rear axle. One (1): sleeve will be provided in the water tank for a3 3.00" pipe to the rear. SLEEVE, PLUMBING, THROUGH TANK WATER TANK RESTRAINT BODY HEIGHT HOSE BED Al heavy-duty water tank restraint will be provided. The height of the body will be 92.00" from the bottom of the body to the top of the body. The hose bed will be fabricated of.125"-5052 aluminum with ai nominal 38,000 psi tensile strength. Flooring of the hose bed will be removable aluminum grating with the top surface corrugated to aid in hose aeration. The grating slats will be a minimum of0.50" x4 4.50" with spacing between slats for hose ventilation. of4", The hose bed walls will be unpainted and with a brushed finish. Hose bed will accommodate from left to right, 200' of2.5" hose, single stack; 450' of2.5"; 450' of2.5"; 900' HOSE BED DIVIDER Three (3) hosebed dividers will be furnished for separating hose. diameter radiused extrusion along the top, bottom, and rear edge. Divider will be held in place by tightening bolts, at each end. Each divider will be constructed ofa.125" brushed aluminum sheet fitted and fastened into a slotted, 1.50" Divider will be fully adjustable by: sliding in tracks, located at the front and rear oft the hose bed. Acorn nuts will be installed on all bolts in the hose bed which have exposed threads. HOSE BED COVER ELECTRIC ACTUATOR A two (2) section hose bed cover, constructed of.125" bright aluminum treadplate will be furnished. The cover will be hinged with full length stainless steel piano hinge. The sides will be slanted down with the center of the cover supported by a modular stationary bridgework support. The covers will not over lap. The cover will be reinforced so that it can support the weight of a man walking on the cover. A pneumatic gas spring assist will be installed at the front of the covers to help support and stabilize the Ifaccess to water tank fill tower is blocked by the hose bed cover, then al hinged door will be provided in it so Chrome grab handles and two (2) (one (1) each side) electric linear actuator with brake cylinders will be provided to assist in opening and closing the cover. A rubber-covered momentary toggle switch willl be cover throughout its range ofmotion. that tank may be filled without raising coyer doors. 135of provided for each actuator that controls the opening and closing ofthe covers. Each switch willl be located at the rear body ofthe body at the left side. Additional locks on top of the cover are not required to secure the A cross divider will be provided directly behind the actuators, at the front of the hose bed, to support the Al handrail will be provided at the rear, in the center of the support, to assist in climbing up the back of the The hose bed cover will be connected to the Do Not Move Truck indicator. The light will be activated ifthe cover in the nested position. actuators and provide a clean appearance. truck. cover is not in the stowed position and the parking brake is released. HOSE BED RESTRAINT REAR The hose in the hose bed will be restrained by heavy duty 2.00" black nylon webbing with a 1.50" x 4.00" box pattern. The webbing will be installed at the rear oft the hose bed with Velcro strap and footman loop at the top. At the bottom of the webbing, Velcro strap and footman loop will be provided. RUNNING BOARDS A running board will be provided on each side of the front body to allow access to the backboard/crosslay storage area. The running boards will be designed with a grip pattern punched into. .125" bright aluminum treadplate material providing support, slip resistance, and drainage. TAILBOARD The tailboard will be constructed of.125" bright aluminum treadplate and spaced .50" from the body, as well The tailboard area will be 14.00" deep and full width oft the body. The outboard sides ofthe tailboard will be angled at 45 degrees beginning at the point where the body meets the tailboard at the forward outboard edge as supported by a structural steel assembly. angling rearward to the rear edge ofthe tailboard. REAR WALL, BODY MATERIAL PUC The exterior side will be flanged down and in for increased rigidity oftailboard structure. The rear wall will be smooth and the same material as the body. chevron application and to provide continuously smooth rear wall panels. The outboard edges of the rear wall will be trimmed inj polished stainless steel. A tow bar will be installed under the tailboard at center of truck. Tow bar will be fabricated of 1.00" CRS bar rolled into a, 3.00" radius. The rear wall body material will be painted. Unpainted aluminum overlays will be provided to allow for TOWE BAR Tow bar assembly will be constructed of.38" structural angle. When force is applied to the bar, it will be Tow bar assembly will be designed and positioned to allow up to: a 30-degree upward angled pull of 17,000 Tow bar design will have been fully tested and evaluated using strain gauge testing and finite element transmitted to the frame rail. Ib, or a 20,000 Ib: straight horizontal pull in line with the centerline of the vehicle. analysis techniques. COMPARTMENTATION aluminum. The apparatus body will be built of aluminum construction using a minimum of0.125" thick, 5052-H32 136of The body panel assembly will be constructed in a fixture and consist of formed sheet metal for the front and rear bulkheads, door frames, floors, ceilings, and back walls. These parts will be welded together to ensure Welded construction will consist of1.00" x 0.38" engineered plug weld holes that control the size, location, and the amount of weld required. The bodies will be assembled and welded from engineered prints that call In: structural areas the sheet metal components will have flanges for welding. No butt joints will be allowed. The fender panel will be an integral part oft the complete welded body assembly. All light and compartment holes are pre punched prior to construction to provide accuracy and rounded corners to prevent stress risers in Circular fender liners will be provided. For prevention of paint chips and ease of suspension maintenance the fender liners will be formed from brush finished 304L stainless steel, be unpainted, and removable for Side compartment flooring will be of the sweep out design with the floor minimum of1.00" higher than the Drip protection will be provided above the doors by means of aluminum extrusion, or formed bright The top of the compartment will be sheet metal and covered with bright aluminum treadplate rolled over the edges on the front, and rear. These covers will have the corners welded. The aluminum treadplate covers will not make up the ceiling of the compartment. All screws and bolts, which are not Grade 8, will be stainless steel and where they protrude into a compartment will have acorn nuts on the ends to prevent injury. greatest longevity with no visible welds in compartment interior. out the size, location, and type ofweld required. Gussets and support posts will be provided for additional strength where needed. the material. suspension maintenance. compartment door lip. aluminum treadplate. UNDERBODY SUPPORT SYSTEM for the intended load will be provided. Due to the severe loading requirements of this pumper a method of body and compartment support suitable The backbone oft the body support system will begin with the chassis frame rails which ist the strongest component of the chassis and is designed for sustaining maximum loads. The support system will include lateral frame rail extensions that are formed from 0.375"8 80k high strength steel and bolted to the chassis The vertical and horizontal members oft the frame rail extensions are to be reinforced with welded gussets and extend to the outside edge of the body. The lateral frame extensions will be electro-coated for superior The floating substructure will be separated from the lateral frame extensions with neoprene elastomer isolators. These isolators will reduce the natural flex stress of the chassis from being transmitted to the body, The isolators will have al broad load range, proven viability in vehicular applications, be ofa fail safe design The neoprene isolators will be installed in a modified V three (3)-point mounting pattern to reduce the natural flex of the chassis being transmitted to the body. Two( (2) 3.50" diameter isolators are provided at the front of the body near the centerline of the vehicle above the chassis frame. A minimum of eight (8)-2.55" diameter isolators will be provided, two (2) under each front compartment and two (2) under each rear side compartment. A minimum of four (4): 3.50" diameter isolators will be provided under the rear compartment. All exterior surfaces designated. as stepping, standing, and walking areas will comply with the required average slip resistance of the current NFPA standards. Documentation ofthe material meeting the standard frame rails with 0.625" diameter Grade 81 bolts. corrosion resistance. and absorb road shock and vibration. and allow for all necessary movement in three (3) transitional and rotational modes. AGGRESSIVE WALKING SURFACE will be provided at time of delivery. 137of LOUVERS AIl body compartments will have a minimum of one (1) set of automotive style, dust resistant louvers pressed into a wall. The louvers will incorporate a one (1)-way rubber valve that provides airflow out of the compartment and prevents water and dirt from gaining access to the compartment. Compartments over the wheel will not have louvers. TESTING OF BODYDESIGN Body structural analysis will be fully tested. Proven engineering and test techniques such as finite element analysis and strain gauging have been performed with special attention given to fatigue life and structural integrity ofthe body and substructure. The body will be tested while loaded to its greatest in-service weight. The criteria used during the testing procedure will include: experience when driving over a curb. Raising opposite corners of the vehicle tires 9.00" to simulate the twisting a truck may Making a 90 degree turn, while driving at 20 mph to simulate aggressive driving conditions. Accelerating the vehicle fully, until reaching the approximate speed of 45 mph on rough Driving the vehicle on at 35 mph on a washboard road. Driving the vehicle at 55 mph on a smooth road. pavement. Evidence oft the actual testing techniques will be made available upon request. FEA will have been performed on all substructure components. LEFT SIDE COMPARTMENTATION A full height, roll-up door compartment ahead of the rear wheels will be provided. The pump operator's panel will be located in this compartment. The vertical partition to the right of the pump operator's panel will be 2.50" in width. The interior dimensions of this compartment will be 50,00" wide x 53.50" high x 25.88" deep. The upper area will be notched for exterior storage or larger capacity water tank tee. The depth ofthe compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening ofthis compartment will be 47.00" Closing of the door will not require releasing, unlocking, or unlatching any mechanism and will casily be A horizontally hinged, single lift-up door compartment over the rear wheels will be provided. The interior dimensions of this compartment will be 60.00" wide x 30.00" high x 25.88" deep. The upper area will be notched for exterior storage or larger capacity water tank tee. The depth of the compartment will be calculated with the compartment door closed. The clear door opening oft this compartment will be 54.50" Lift-up door will be furnished with two (2) gas-charged cylinders to assist in the opening of the door and to A field adjustable, three-position bracket will be mounted on the vertical side door opening to allow the door Closing of the door will not require releasing, unlocking, or unlatching any mechanism. A full height, vertically hinged, double door compartment behind the rear wheels will be provided.The interior dimensions oft this compartment will be 52.00" wide x 61.50" high x 25.88" deep. The upper area will be notched for exterior storage or larger capacity water tank tee. The depth oft the compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required wide x 53.50" high. accomplished with one hand. wide x 27.00" high. maintain the door in an open position. tol be held open at 870, 90°, or 93°. 138of between the upper and lower sections. The clear door opening of this compartment will be 48.25" widex x 58.50" high. A positive door holder will be furnished with this compartment. RIGHT SIDE COMPARTMENTATION A full height, jump off compartment with vertically hinged, double doors, ahead of the rear wheels will be provided, as convenient large storage compartment for often used items for the crew. The interior dimensions oft this compartment will be 50.00" wide x 61.50" high x 25.88" deep. The upper arca will be notched for exterior storage or larger capacity water tank tee. The depth ofthe compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening oft this compartment will be 46.25" wide x 58.50" high. Ah horizontally hinged, single lift-up door compartment over the rear wheels will be provided. The interior dimensions of this compartment will be 60,00" wide x. 30.00" high x 25.88" deep. The upper area willl be notched for exterior storage or larger capacity water tank tee. The depth of the compartment will be calculated with the compartment door closed. The clear door opening oft this compartment will be 54.50" Lift-up door will be furnished with two (2) gas-charged cylinders to assist in the opening of the door and to A field adjustable, three-position bracket will be mounted on the vertical side door opening to allow the door Closing of the door will not require releasing, unlocking, or unlatching any mechanism. A full height, vertically hinged, double door compartment behind the rear wheels will be provided.The interior dimensions of this compartment will be 51.75" wide x 61.50" high x 25.88" deep in the lower 54.63" ofthe compartment and 12.00" deep in the remaining upper portion. The depth ofthe compartment will be calculated with the compartment door closed. The compartment interior will be fully open from the compartment ceiling to the compartment floor and designed so that no permanent dividers are required between the upper and lower sections. The clear door opening of this compartment willl be 48.25" widex X Aj positive door holder will be furnished with this compartment. wide x 27.00" high. maintain the door in an open position. to be held open at 87°, 90°, or 930. 58.50" high. Aj positive door holder will be furnished with this compartment. SIDE COMPARTMENT DOORS All hinged compartment doors will be lap style with double panel construction and will be a minimum of 1.50" thick. Toj provide additional door strength a C: section reinforcement will be installed between the outer Doors will be provided with a closed cell rubber gasket around the surface that laps onto the body. A second heavy-duty automotive rubber molding with a hollow core will be installed on the door framing that seals All compartment doors will have polished stainless steel continuous hinge with a pin diameter of0.25" that is All door locking mechanisms will be fully enclosed within the door panels to prevent fouling oft the lock in Doors will be latched with recessed, polished stainless steel D-ring handles and FMVSS approved door To prevent corrosion caused by dissimilar metals, compartment door handles will not be attached to outer door panel with screws. A rubber gasket will be provided between the D-ring handle and the door. and interior panels. onto the interior panel, to ensure a weather resisting compartment. bolted or screwed on with stainless steel fasteners. the event equipment inside shifts into the lock area. locking mechanisms. 139of A rollup door will be installed on the compartment housing the pump operator's panel. The door willl be double faced, aluminum construction, painted one (1)color to match the lower portion of the body and Lath sections will be an interlocking rib design and will be individually replaceable without complete Between each slat at the pivoting, joint will be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Seals will allow door to operate in extreme temperatures ranging from 180to -40 degrees Fahrenheit. Side, top and bottom seals will be provided to resist ingress of AIl hinges, barrel clips and end pieces will be nylon 66. All nylon components will withstand temperatures A polished stainless steel lift bar with locking key latches to be provided for cach roll-up door. The keys to be Model 751 to match all compartment and cab doors. The lift bar will be located at the bottom of door and have latches on the outer extrusion of the doors frame. Al ledge will be supplied over lift bar for additional Door will be constructed from an aluminum box section. The exterior surface of each slat will be flat. The interior surfaces will be conçave to provide strength and prevent loose equipment from jamming the door Toc conserve spaçe in the compartment, the spring roller assembly will not exceed 3.00" in diameter. A rollup Ah heavy-duty magnetic switch will be used for control of open compartment door warning lights. manufactured by Gortited. disassembly of door. dirt and weather and be made of Santoprene. from 300 to -40 degrees Fahrenheit. area to aid in closing the door. from inside. door that retracts below the compartment ceiling. The header for the rollup door assembly will not exceed 4.00". REAR COMPARTMENTATION A - roll-up door compartment above the rear tailboard will be provided. the interior dimensions oft this compartment will be 37.00" wide: X 43.50" high x 25.88" deep in the lower 34.00" of the compartment and 15.00" deep in the remaining upper portion. The clear door opening will be a The rear compartment will be open into the rear side compartments. The transverse opening will bea A drip pan will be installed below the roll oft the door. A guard will be installed behind the roll oft the door. The interior height of the compartment will be measured from the floor to the ceiling. The depth oft the Closing of the door will not require releasing, unlocking, or unlatching any mechanism and will casily be minimum of33.88" wide x 33.63" high. minimum of22.00" wide x 29.00" high. A removable access panel will be furnished on the back wall ofthe compartment. compartment will be measured from the back wall to the inside of the door frame. accomplished with one hand. ROLLUP REARCOMPARTMENT DOOR The rear compartment will have ai rollup door. The door will be double faced aluminum construction, painted Lath sections will be an interlocking rib design and will be individually replaceable without complete Between each slat at the pivoting, joint will be al PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Seals will allow door to operate in extreme temperatures ranging from 180t to -40 degrees Fahrenheit, Side, top and bottom seals will be provided to resist ingress of All hinges, barrel clips and end pieces will be nylon 66. All nylon components will withstand temperatures Aj polished stainless steel lift bar to be provided for each roll-up door. Lift bar will be located at the bottom of door and have latches on the outer extrusion ofthe doors frame. A ledge will be supplied over lift bar for one (1)color to match the lower portion of the body and manufactured by Gortiteg. disassembly of door. dirt and weather and be made of Santoprene. from 300 to -40 degrees Fahrenheit. additional area to aid in closing the door. 140of Door will be constructed from an aluminum box section. The exterior surface of each slat will be flat. The interior surface will be concave to provide strength and prevent loose equipment from, jamming the door from Toconserve: space in the compartments, the spring roller assembly will not exceed 3.00" in diameter. Al heavy-duty magnetic switch will be used for control of open compartment door warning lights. Full-height aluminum tread plate scuffplates will installed on each outer front body bulkhead. The exterior oft the aluminum trim around the door opening will be painted to match the color of the There will be two (2)compartments located on the B1 door and thel LS3 door with the trim painted. There will be: seven (7) compartment(s) with two (2) white 12 volt DC LED compartment light strips. The dual light strips will be centered vertically along each side of the door framing. There will be two (2) light Any remaining compartments without light strips will have a 6.00" diameter Truck-Lite, Model: 79384 light. inside. The header for the rollup door assembly will not exceed 4.00". SCUFFPLATE ROLL-UP DOORT TRIM applicable door. COMPARTMENT LIGHTING strips per compartment. The dual light strips willl be in all body compartment(s). Each light willl have a number 1076 one filament, two wire bulb. Opening the compartment door will automatically turn the compartment lighting on. HAICHCOMPARTHENS Hatch compartments with two (2)lift-up, top opening hatch doors will be provided above the left and right side body compartments. Each hatch compartment will extend the full length oft the side body compartmentation x 21.00" wide x 22.00" maximum depth. The compartments will extend the full length of the side body compartmentation except for a 20.00" recessed step area at the rear oft the compartment on the Sides of the compartments will be constructed of the same material as the body and painted job color on the outside panels. A 2.00" tall formed aluminum painted two tone to match the body colors will bej provided to cover the seam between the top oft the body panel and the bottom of the hatch compartment. The vertical Two (2) lifl-up, bright aluminum treadplate doors will be provided on the top of each hatch compartment. Each door will have a lever handle with a slam style latch to hold the doors in the closed position. These double pan doors will have lipped edges with a rubber seal for weather resistance. Doors will be hinged on the outboard side and will be held open with pneumatic stay arms. The compartments willl have a 3/4" drain that extends to below the body. Black rubber matting shall be Handrails will be provided at the step area to the rear of the hatch compartment. One (1) curved handrail will be mounted on the outboard side oft the step area at the rear and curve over the top. One (1)straight handrail access side. outboard seam at the center oft the compartment will have aj painted smooth weld. Top of the compartments will be constructed of bright aluminum treadplate. provided to help prevent stored equipment inj pooled water. will be mounted vertically along the inboard side of the step area. HATCH COMPARTMENT LIGHTING There will bel LED strip lights mounted full length on the interior, hinged side of each compartment. Opening the hatch compartment door will automatically turn the hatch compartment lighting on. There will be recessed tracks installed vertically to support the adjustable shelf(s). MOUNTINGIRACKS shelves possible. Tracks will not protrude into any compartment in order toj provide the greatest compartment space and widest 141of The tracks will be provided in each compartment except for the one that contains the pump operator's panel. There will be two (2) shelves provided 1)in RSI, right of partition, below the transition. 1)in RS3 Right of partition, below the transition. The shelfconstruction will consist of.188" aluminum painted spatter gray, A capacity rating will not be available on this tray due to a reduced side height being less than 2.00". Each shelfwill be infinitely adjustable by means ofa threaded fastener, which slides in a track. The shelves will be held in place by. .12" thick stamped plated brackets and bolts. ADJUSTABLE SHELVES The side height of the shelf/shelves will be as follows: Front: 1.00" down-turned flange Rear: 2.00" high Left & Right Sides: 2.00" high ADJUSTABLE SHELVES There will be six (6) shelves with a capacity of 500 Ibj provided. The shelfconstruction will consist of.188" aluminum painted spatter gray with 2.00" sides. Each shelfwill be infinitely adjustable by means ofat threaded fastener, which slides in a track. The shelves will be held in place by .12" thick stamped plated brackets and' bolts, The location(s) will be in RS1 at the transition point, in RS1 in the upper third, in RS3 in the lower third to the left of the partition, in RS3 in the upper third to the left ofthe partition, in RS3 in the upper third to the left oft the partition and in LS1 in the upper third. ADJUSTABLE SHELVES There will be one (1) shelf provided LS3 with the front lip down turned 1.00". The shelf construction will consist of.188" aluminum painted spatter gray. A capacity rating will not be available on this item due toa reduced side height being less than 2.00". Each shelf will be infinitely adjustable by means ofs a threaded fastener, which slides in a track. The shelves will be held in place by .12" thick stamped plated brackets and bolts. The side height oft the shelf/shelves will be as follows: Front: 1.00" down-turned flange Rear: 2.00" high Left & Right Sides: 2.00" high SLIDE-OUT ADJUSTABLE HEIGHT TRAY There will be two (2) slide-out trays provided. Each tray will have 2.00" high sides and a minimum capacity rating of 250 Ibi in the extended position. Each tray will be mounted on aj pair of side mounted slides. The slide mechanisms will have ball bearings for ease of operation and years of dependable service. The slides will be mounted to shelftracks to allow the tray An automatic lock will be provided for both the in and out tray positions. The lock trip mechanism will be The location(s) will be in LSI centered between the floor and ceiling and in LS3 in the lower third Each tray will be constructed of aluminum painted spatter gray, to be adjustable up and down within the designated mounting location. located at the front of the tray and will be easily operated with a gloved hand. SUIDE-OUT/TILT-DOWNTRAY There will be two (2) slide-out trays provided. The bottom of each tray will be constructed of0.188" thick aluminum painted spatter gray while special aluminum extrusions will be utilized for the tray sides, ends, and tracks. The corners will be welded to forma rigid unit. 142of A spring loaded lock will be provided on each side at the front of the tray. Releasing the locks will allow the tray to slide out approximately two-thirds (2/3) ofi its length from the stowed position and tip 30 degrees down from horizontal, The tray will be equipped with ball bearing rollers for smooth operation. Rubber padded stops will be provided for the tray in the extended position. The capacity rating oft the tray will be a minimum of215 lb in the extended position. The vertical position of the tray within the compartment will be adjustable. The location(s) will be in LS2 centered between the floor and ceiling and in B1 in the upper third. SLIDE-OUT FLOOR MOUNTED TRAY There will be one (1) floor mounted slide-out tray(s) provided. Each tray will be constructed of aluminum painted spatter gray. Each tray willl have 2.00" high sides and a minimum capacity rating of 500 lbi in the extended position. There will be two undermount-roller bearing type slides rated at 250 Ib each provided. The pair ofs slides will To ensure years of dependable service, the slides will be coated with a finish that is tested to withstand a To ensure years of easy operation, the slides will require no more than a 50lb force for push-in or pull-out movement when fully loaded after having been subjected to a 40 hour vibration (shaker) test under full load. The vibration drive file willl have been generated from accelerometer data collected from al heavy truck chassis driven over rough gravel roads in an unloaded condition. Proofofcompliance will be provided upon Automatic locks will be provided for both the "in" and "out" positions. The trip mechanism for the locks will have a safety factor rating of2. minimum of1,0001 hours of salt spray per ASTM B117. request. be located at the front of the tray for ease of use with a gloved. hand. The location(s) will be LS1. SWING OUT TOOLBOARD A: swing out aluminum toolboard will be provided. Itv will be a minimum of.188" thick with a 1.00" x 1.00" aluminum tube frame welded around the edge. The board will be mounted on aj pivoting device at the back oft the compartment on the top and bottom to allow easy movement in and out of the compartment. The maximum tool load will be 400 pounds. The board will have positive lock in the stowed and extended position. The board will have aD-ring handle to secure it in the stowed position. The board will be mounted stationary within the compartment. There will be One (I)toolboard(s) provided. The toolboard(s) will be spatter gray painted and installed in the RS2 compartment. BODY TRIM PIECE Painted aluminum trim will be provided on the horizontal body/crosslay seams. The trim piece will be bonded to the painted surface with a high viscosity adhesive. COMPARIMENIFLOOR SCUFFPLATE RS1, RS3, B1,LS2 and LS3 compartments. Brushed stainless steel will be provided on the floor off five (5) compartments. The locations will be in the The edges of the stainless steel will be completely caulked before installation to prevent corrosion. There willl be one (I) smooth aluminum storage trough(s) located in the LS1 compartment. The storage trough(s) will be sized to store 4.5" inches tall x width and depth oft the slide out tray. The trough(s) willl be STORAGE TROUGH located welded on the bottom of the slide out adjustable tray within the compartment. SCBAHOLDER There willl be one (1) Zico SCBA bracket, model KD-UH-6-SF, mounted to bes mounted at final. 143of TOOL DRAWERS Four (4) slide out drawers willl be installed. The drawers will be provided with 2151b ball bearing slides. The drawers will be configured vertically in a cabinet constructed of.125" aluminum and finished to match the Automatic locks will be provided for both the "in" and "out" positions. The trip mechanism will be located at the front oft the drawer for ease of use with a gloved hand. A chrome metal handle will be supplied on each The drawers will be 21.00" deep and extend the full width of the mounting location. The height oft the drawers will be appox 13.50" wide OD X approx 22.00"hi. 4 drawers total top 3 drawers will be 4.5"e each. The bottom drawer will be 8.5" deep. Drawing reference #1598202. The drawers will be built with.12" thick body compartment interior. drawer. aluminum. A total ofone (1) will be provided. LS3 compartment to the rear oft the divider on the floor.. MATTING, COMPARTMENT TRAYS AND SHELVES Dri-Deck rubber compartment matting will be provided in the compartments on 13 compartment trays and shelves.The compartment trays and shelves locations will be: 2: shelves in LS1, 1: shelfinl LS2, 1 shelfin LS3, 3 shelves in RS1, 4 shelves in RS3. STAINLESSSTEELIPOS The Dri-Deck will be black, and .562" thick with holes in the decking to allow air to flow. The front bulkheads will be covered with brushed stainless steel inj place of the standard aluminum treadplate. Bottom edge ofthe side compartments willl be trimmed with a bright aluminum extruded rub rail. The rub rails will not be an integral part ofthe body construction, which allows replacement in the event of Rub rails will be attached with bolts and spaced from the body with isolators that will help to absorb any RUB RAIL Trim will be 3.12" high with 1.50" flanges turned outward for rigidity. damage. moderate impact without damaging the body. BODYFENDER CROWNS Polished stainless steel fender crowns will be provided around the rear wheel openings. will be removable to aid in the maintenance ofi rear suspension components. A fender liner constructed of unpainted brushed stainless will be provided to avoid paint chipping. The liners A dielectric barrier will be provided between the fender crown fasteners (screws) and the fender sheet metal The fender crowns will bel held inj place with stainless steel screws that thread directly into a composite nut and not directly into the parent body sheet metal to eliminate dissimilar metals contact and greatly reduce the to prevent corrosion. chance for corrosion. HARD SUCTIONHOSE Hose is not on the apparatus as manufactured. The fire department will provide suction or supply hose. There will be Two (2) lengths of 10 long X 4.00" diameter hose provided and equipped with long handle couplings provided on the ends. HOSE TROUGHS Two (2) stainless steel hard suction hose troughs will be provided. The troughs will be installed in the hatch compartment located on the left side. The troughs will be installed with a aluminum treadplate door at the rear. The door will have a Southco C2 black powder coated. flush latch. 144of A floor will be provided above the hard suction hose inside the hatch compartment to allow storage of addition equipment in the compartment. HANDRAILS Hansen handrails will be located on the front of the body in positions needed to meet NFPA requirements. The handrails will be Hansen LED black anodized backlit knurled aluminum. The handrails will be lit with a white LED light. The handrail lighting will be activated with the headlight switch activated and the parking E-coated and black powder coated end stanchions will support the handrail. Plastic gaskets will be used Two (2) vertiçal handrails will be located at the rear, one on each side oft the rear compartment. The handrails will be 1.25" diameter black anodized aluminum extrusion, with a ribbed design, to providea E-coated and black powder coated stanchions will support the handrail. Plastic gaskets will be used between brake applied. between end stanchions and any painted surfaces. Drain holes will be provided in the bottom of all vertically mounted handrails. positive gripping surface. end stanchions and any painted surfaces. Drain holes will be provided in the bottom of all vertically mounted handrails. Handrails will be provided to meet the current edition of applicable NFPA standards. One (1) full width horizontal handrail will be provided below the hose bed at the rear of the apparatus. The Hansen handrail will be 1.25" diameter black anodized aluminum extrusion, with a ribbed design, to E-coated and black powder coated stanchions will support the handrail. Plastic gaskets will be used between provide aj positive gripping surface. end stanchions and any painted surfaces. Drain holes will be provided in the bottom of all vertically mounted handrails. EXTINGUISHER/AIR BOTTLE/ STORAGE (TRIANGULAR) A total of one (1) extinguisher/air bottle/storage compartments will be provided on the right side forward of the rear wheels. The triangular shaped compartment will be sized to fit a 8.00" diameter extinguisher in the lower area and a 8.00" diameter extinguisher in the upper area. The compartment willl be approximately 25.50" deep. A partition will be provided to separate the compartment. Also inside the compartment, black Dura-Surf friction reducing material will be provided. The compartment will be furnished with a drain hole. A painted stainless steel, triangular shaped door with a Southco raised trigger C2 black lever latch will be provided to contain the air bottles. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. AIR BOTIECOMPARTMENT STRAP A: strap will be provided in the air bottle compartment(s) to help contain the bottles when the vehiclei is parked on an incline. The: strap will wrap around the neck and attach to the wall of the compartment. A quantity of one air bottle compartment, approximately 7.50" wide x 7.50" tall x 26.00" deep, will be provided on the driver side rearward of the rear wheels. The triangular door will cover the air bottle opening, the DEF tank access, and fuel fill. The compartment will be square with angled corners. A painted stainless steel door with a Southco raised trigger C2 black lever latch will be provided to contain the air bottle. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. Inside the compartment, black Dura-Surf friction reducing material willl be provided. AIR BOTTLE STORAGE (SINGLE) 145of AIR BOTTLE COMPARTMENT STRAP As strap willl be provided in the air bottle compartment to help contain the air bottle when the vehicle is parked on an incline. The: strap will wrap around the neck and attach to the wall of the compartment. AIR BOTTLE STORAGE TROUGH There will be a total of one (1) trough(s) provided for the air bottle storage in compartment mounted in LS2. Each trough will be "V" shaped and be fabricated of the same material as the rear body, while finished Bottle size will be 22.5" long and 6.5" diameter. This is on a pack sO it will have a 12"x26" board attached identically with the interior of the compartments. Each trough will include Dura-Surfto allow easy bottle access. toit.. AIR BOTTLE STORAGE (TRIPLE) A quantity of two (2) air bottle compartments designed to hold (3) air bottles up to 7.25" in diameter x 26.00" deep will be provided on the left side forward of the rear wheels and on the right side rearward oft the rear wheels. A painted stainless steel door with a Southco raised trigger C2 black lever latch will be provided to contain the air bottle. A dielectric barrier will be provided between the door hinge, hinge fasteners and the body sheet metal. Inside the compartment, black Dura-Surf friction reducing material will be provided. AIR BOTTLE COMPARTMENT STRAP A strap will be provided in the air bottle compartment(s) to help contain the air bottles when the vehicle is parked on an incline. The strap will wrap around the neck and attach to the wall of the compartment. There will be a 24' two-section aluminum Duo-Safety Series 900-A extension ladder provided. EXTENSION LADDER ROOF LADDER LADDER STORAGE There will be a 14'aluminum Duo-Safety Series 775-A roofl ladder provided. The ladders will be stored inside the upper section oft the right side compartments. This ladder rack will Aj partition will be installed inside the compartment on the side ofthe rack to allow for equipment storage and The ladder storage assembly will be fabricated of stainless steel track channels to aid in loading and removal Rear of the ladder storage area will have a vertically hinged smooth aluminum door with al D-handle latch to reduce the depth of the upper section in the side compartments. The ladders will be banked in separate storage troughs. to conceal the ladders. ofl ladders. contain the ladders. FOLDING LADDER 4'PIKE POLE will bej provided. 6'PIKEP POLE One (1)10.00 aluminum, Series 585-A, Duo-Safety folding ladder will be installed. Two (2) pike poles, Fire Hooks Unlimited Model RH-4, 4 long roof hook with a steel handle and pry end Two (2) pike poles 6' long RH-6DA Nupla ventilation hook(s) with an aluminum D-grip handle will be provided and located 21 mounted in front of the lower crosslay. 146of PIKE POLES PIKE POLE,6' There will be one (1)8' Nupla pike pole(s), Featherlite provided. One (1) pike pole 6' long with a Nupla Featherlight fiberglass handle will be provided. LONG ITEM STORAGE COMPARTMENT One (1) compartment will be provided, recessed in the upper, inside part of body compartment on the right side for storage of long handle tools. The door will be made of smooth aluminum and have a lift and turn latch. The door will be hinged along the outboard edge. LONG ITEM STORAGE COMPARTMENT One (1) compartment will be provided, recessed in the upper, inside part of body compartment on the left side for storage of long handle tools. The door will be made of aluminum treadplate and have a Southco C2 black powder coated flush latch. The door will be hinged along the outboard edge. TRASH HOOK STORAGE There will be three (3) stainless steel U-shaped trough(s) provided for storage ofI D-handle style trash hook(s). The trough(s) willl be installed one in the driver side long handle tool storage compartment, 2 mounted forward ofthe lower crosslays. One will pull from the driver side, one will pull from the passenger side. PIKE POLE STORAGE Aluminum tubing will be used for the storage of two (2) pike poles and will be located forward of the lower crosslays. One to pull from the driver side, one to pull from the passenger side. Ifthe head of a pike pole can come in contact with aj painted surface, a stainless steel scuffplate will be provided. The pike pole tube will be notched to allow al New York style pike pole to fit into the tube. PIKE POLE STORAGE Aluminum tubing will be used for the storage of two (2) pike poles and will be located in the right side long tool storage compartment. Ifthe head of a pike pole can come in contact with a painted surface, a stainless steel scuffplate will be provided. LADDER, TOPACCESS the ladder willl be 13.75" wide. A wide easy climbing access ladder, constructed of aluminum rungs and extruded aluminum rails, will be provided on the opposite side of the ladder storage at the rear of the apparatus. The inside climbing area of The lower section of the ladder will be retractable into the upper section to eliminate interference with the rear FMVSS lights. When lowered the bottom rung will be lower than the body, approximately 16.00" to The ladder will be slanted when in use for easy access, and fold against the body for storage to reduce the overall length. Corrosion resistant, stainless steel spring-loaded locks will hold the ladder in place. There will be a "do not move truck" indicator activated in the cabi ift the ladder is not in the stowed position one (1) pair(s) of steel 1.05 O.D. mounting tubes welded to a steel plate will be bolted to both rear side compartments behind the rear wall of the truck. A removable 3/4" steel rod I zone bracket will be pinned into 20.00" from the ground to allow al lower first step height. when the parking brake is disengaged. the tubes on the rear body, on either side of the traffic advisor. PUMP CONTROL PANELS (LEFT SIDE CONTROL) Pump controls and gauges will be located midship at the left side oft the apparatus and properly identified. The main pump operator's control panel will be completely enclosed and located in the forward section of the body compartment, to protect against road debris and weather elements. The pump operator's panels will be 147of no more than 31.00" wide, and made in four (4): sections with the center section easily removable with simple hand tools. For the safety oft the pump operator, there will be no discharge outlets or pump inlets located on Layout of the pump control panel will be ergonomically efficient and systematically organized. The upper. section will contain the master gauges. This section will be angled down for easy visibility. The center section will contain the pump controls aligned in two horizontal rows. The pressure control device, engine monitoring gauges, electrical switches, and foam controls (ifapplicable) will be located on or adjacent to the center panel, on the side walls for easy operation and visibility. The lower section will contain the outlet Manual controls will be easy moving 8" long lever style controls that operate in a vertical, up and down swing motion. These handles will have a 2.25" diameter knob and be able to lock inj place to prevent valye creep under any pressure. Bright finish bezels will encompass the opening, be securely mounted to the pump operator's panel, and will incorporate the discharge gauge bezel. Bezels will be bolted to the panel for easy removal and gauge service. The left side discharges will be controlled directly at the valve, There will be no Identification tags for the discharge controls will be recessed within the same bezel. The discharge identification tags will be color coded, with each discharge having its own unique color. All remaining identification tags will be mounted on the pump panel in chrome-plated bezels, All discharge outlets will be color coded and labeled to correspond with the discharge identification tag. The pump panels for the midship discharge and intake ports will be located ahead of the body compartments with no side discharge or intake higher than the frame rail. The pump panels will be easily removable with A recessed cargo area will be provided at the front ofthe body, ahead of the water tank above the plumbing. the main pump operators panel. drains. push-pull style control handles, simple hand tools. CARGO AREA FLOOR LOWERED CARGO AREA COMPARTMENT The cargo floor above the crosslays and pump area will be lowered 5.00". An accessory storage compartment will be provided at the forward left side cargo area above the pump. This compartment will be constructed from aluminum treadplate. It will be made as large as practical with the remaining available space depending on other equipment installed in the cargo area above the pump. Al bright aluminum treadplate door will be provided for access to the compartment. The door will be hinged along the outboard oft the cargo area, secured with flush, locking lift and turn latch. Ifthe door opening is too large to be practical for a: single door, then a double door oft the same single pan construction will be provided. PUMP Pump will be a Pierce, low profile, 1500 gpm single stage midship mounted centrifugal type, mounted below the cab. The pump will have a 15 percent reserve capacity to allow for extended time between pump rebuild. To ensure efficient pump/vehicle design the capacity to weight ratio will not be less than 1.5:1. The pump casing will consist of three (3) discharge outlets, one (1) to each side in line with the impeller and one (1) to the rear. The pump casing will incorporate two (2) water strippers to maintain radial balance. Pump willl be certified to deliver the percentage of rated discharge from draft at pressure indicated below: Pump will be the Class A type. 100 percent of rated capacity at 150 psi net pump pressure 70 percent of rated capacity at 200 psi net pump pressure 50 percent of rated capaçity at 250 psi net pump pressure The pump will have the capacity to deliver the percentage of rated discharge from a pressurized source as 135 percent of rated capacity at 100 psi net pump pressure from a 5 psi source indicated below: 148of Pump body will be fine-grained gray iron. Pump will incorporate a heater/cooling jacket integral to the pump The impeller will bel high strength vacuum cast bronze alloy accurately machine balanced and splined toal 10 spline stainless steel pump shaft for precision fit, exceptional durability, and efficiency. Double replaceable reverse flow labyrinth type bronze wear ring design willl help to minimize end thrust. The impeller will be a Deep groove radial type oversize ball bearings will be provided. The bearings will be protected at the The pump will have a flat, patterned area on the top of the pump intake wye to allow standing for plumbing maintenance. The main inlet manifold will be 6.00" in diameter and will have a low profile design to For ease of service, the pump housing, intake wye, impeller, mechanical seal, and gear case will be accessible from above the chassis frame by tilting the cab. Removal oft the main inlet wyes will provide access to the The tank toj pump line and the primary discharge line will be the only piping required to be removed for For ease ofs service and overhaul there will be no piping or manifolding located directly over the pump. Pump will be mounted to the chassis frame rails directly below the crew cab, to minimize wheelbase and facilitate service, using rubber isolators in ai modified V pattern that include one (1) central mounted isolators located between the frame rails, and one (1) on each side outside the frame rails. The mounting will allow chassis frame rails to flex independently without damage to the fire pump. Each isolator will be 2.55" in total outside diameter and will be rated at 4901 Ib. The pump will be completely accessible by tilting the cab with housing. twisted vane design to create higher lift. The pump will include o-ring gaskets throughout the pump. openings from road dirt and water with an oil seal and a water slinger. facilitate low crosslays and high flows. impeller, mechanical seal, and wear ring. overhaul. PUMP MOUNTING no piping located directly above the pump. MECHANICALSEALS Silicon carbide mechanical seals will be provided. The seals will be spring loaded and self-adjusting. The seals will have a minimum thermal conductivity of126 W/m*K to run cooler. Seals willl have a minimum hardness of 2800 kg/mm2 to be more resistant to wear, and have thermal expansion characteristics. ofno more than 4.0 X106mm/mm*K to be more resistant to thermal shock, PUMP GEARCASE The integrated pump transmission gear case will use a pressure-lubricated system to cool, lubricate, and filter the oil. The gear case will be constructed ofl lightweight aluminum, and impregnated with resin in accordance to MIL Spec MIL-I-17563. A sight glass, accessible by tilting the cab, will be provided for easy fluid level checks, CLUTCH The gear case will consist of three (3) gears to drive the pump. There will be: a heavy-duty hydraulic clutch mounted directly to the integrated pump transmission to engage and disengage the pump without gear clash. The clutch will be a multiple disc design for maximum torque. The clutch will be fully self-adjusting toj provide automatic wear compensation, and consistent torque throughout the life oft the clutch. Positive engagement and disengagement will be provided through al high efficient and dependable hydraulic system to assure superior performance. LOW PRESSURE/HIGH TEMPERATURE LIGHTS Lights will be provided to indicate when a high temperature or low pressure situation occurs. Lights willl be provided next to the master gauges at the pump panel as well as on the control panel in the cab. A pair of 149of lights willl be provided in each location. One light will be provided to indicate high temperature. The second light will be provided to indicate a low pressure. All lights will be labelled accordingly. Pump will provide for both pump and roll mode and stationary pumping mode. PUMPING MODE Stationary pumping mode will be accomplished by stopping the vehicle, setting the parking brake and engaging the water pump switch on the cab switch panel. The transmission will shift to "Neutral" range automatically when the parking brake is set. The "OK to Stationary Pump" indicator will also illuminate Ifthe vehicle is equipped with a suitable Husky foam system or Hercules CAFS system, these systems will Pump and roll mode will be accomplished by the use of the main pump and will not require the use ofa secondary pump. Pump and roll mode will use the same operation sequence as stationary pumping mode with a few additional steps. After the vehicle is setup for stationary pumping, the operator will leave the cab and setup the pump panel to discharge at the desired outlet(s). Upon returning to the cab, the operator will disengage the parking brake. An "OK to Pump & Roll" indicator will illuminate on the cab switch panel. First gear on the transmission gear selector will be selected by the operator for pump and roll operations. The operator as needed will apply the foot throttle. Pump and roll mode will be maintained unless the Stopping either stationary pumping mode or pump and roll mode will be accomplished by pressing the when the parking brake is set. be engaged from the cab switch panel as well. transmission shifts out of first gear. "Water Pump" switch down to disengage the pump. Aj pump pressure reading will be displayed in view of the driver. PUMP SHIFT Pump will be engaged in not more than two steps, by simply setting the parking brake, which will automatically put the transmission into neutral, and activating ai rocker switch in the cab. Switches in the cab will also allow for water, foam, or CAFSifequipped, and activate the appropriate system to preset parameters. The engagement will provide simple two-step operation, enhance reliability, and completely eliminate gear clash. The shift will include the indicator lights as mandated by NFPA. A direct override switch will be located behind a door in the lower pump operator's panel. The switch will automatically As the parking brake is applied, the pump panel throttle will be activated and deactivate the chassis foot disengage when the door is closed. throttle for stationary operation. TRANSMISSIONI LOCKUP Transmission lock up is not required as transmission will automatically shift to neutral as soon as the parking brake is set. AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system will be provided to allow the use of water from the discharge side of the pump for cooling the engine water. A water-to-coolant heat exchanger will be used. An Akron Style 53 relief valve will be installed on the suction side of the pump preset at 125 psig. The outlet will terminate below the frame rails with a 2.50" National Standard hose thread adapter and will The reliefvalve pressure control will be located behind the right side pump panel with no access door. PUMP INTAKE RELIEF VALVE The relief valve will have a working range of 50 psi to 250 psi. have a "do not cap" warning tag. PIERCE PRESSURE CONTROLLER A Pierce electronic pressure controller will be provided. 150of Aj pressure transducer will be installed in the discharge side of the water pump. The transducer continuously monitors pump pressure sending a signal to the electronic pressure controller. The pressure controller can be used in two (2) modes of operation, RPM mode and pressure modes. The controller will be programmed to turn on/default tol No Mode/Default Press Setting mode. In the RPM mode, the controller can be activated after vehicle parking brake has been set. When in this mode, the controller will maintain the set engine speed, regardless of engine load (within engine operation In the pressure mode, the controller can be activated after vehicle parking brake has been set. When in this mode, the controller will automatically maintain the discharge pressure set by the operator (within the A2.00" diameter throttle control knob with no mechanical stops, a serrated grip, and a red idle push button in the center will be ai integrated/part ofthe pressure controller. The throttle control knob will be programmed Individual LED indicators for ok to pump, throttle ready, pressure mode and rpm mode will be located on the Aj pump cavitation protection feature will also be provided which will return the engine to idle should the pump cavitate. Cavitation is sensed by the combination of pump pressure below 30 psi and engine speed Other safety features include recognition of low water and no water conditions with an automatic The pressure controller LCD screen will be 4.20" in size with a minimum brightness of750 nits. TheLCD screen and LED intensity will automatically adjust for day and nighttime operation. The LCD: screen capabilities). discharge capabilities ofthe pump and water supply) regardless offlow. for Clockwise rotation to increase engine speed. pressure controller for easy viewing. above 2000 rpm for more than five (5) seconds. programmed response and aj push button to return the engine to idle. intensity can also be manually adjusted if needed. The following information will be provided/displayed on the LCD: screen: Engine RPM Engine oil pressure Engine coolant temperature Water pump transmission temperature Check engine and stop engine warning indicators Fuel Level Water tank level Battery voltage Operating mode (RPM or pressure) Pressure or RPM setting On screen messaging show diagnostic and warning messages as they occur. Itwill show apparatus information, stored data, and program options when selected by the operator. Itwill monitor inputs outputs and support audible and visual warning alarms for the following conditions: High battery voltage Low battery voltage/engine off Low battery voltage/engine running High water pump temperature Low engine oil pressure High engine coolant temperature Water tank out of water (visual alarm only) No engine response (visual alarm only) Low fuel 151of The pressure controller will store the accumulated operating hours for the pump and engine. These items are The pressure controller will include a USB port on the back of the controller for easy software upgrades if to be displayed within the pressure controller menu. needed. PRIMINGI PUMP The priming pump will be a Trident Emergency Products compressed air powered, high efficiency, multistage venturi based AirPrime System, conforming to standards outlined in the current edition of All wetted metallic parts oft the priming system are to be of brass and stainless steel construction. One (1) priming control will open the priming valve and start the pump primer. applicable NFPA standards. PUMP MANUALS There will be a total oftwo (2) pump manuals provided by the pump manufacturer and furnished with the apparatus. The manuals will be provided by the pump manufacturer in the form oftwo (2) electronic copies. Each manual will cover pump operation, maintenance, and parts. PLUMBING, STAINLESS STEELANDHOSE All inlet and outlet lines will be plumbed with either stainless steel pipe, flexible polypropylene tubing or synthetic rubber hose reinforced with hi-tensile polyester braid. All hose's will be equipped with brass or stainless steel couplings. All stainless steel hard plumbing will be a minimum ofa a schedule 10 wall Where vibration or chassis flexing may damage or loosen piping or where a coupling is required for servicing, the piping willl be equipped with victaulic or rubber couplings. Plumbing manifold bodies will be ductile cast iron or stainless steel. All piping lines are to be drained through a master drain valve or will be equipped with individual drain valves. All drain lines will be extended with a hose to drain below the chassis frame. All water carrying gauge lines will be of flexible polypropylene tubing. All piping, hose and fittings will have a minimum ofas 500 PSI hydrodynamic pressure rating. thickness. FOAM SYSTEM PLUMBING All piping that is in contact with the foam concentrate or foam/water solution will be stainless steel. The fittings will be stainless steel or brass, Cast iron pump manifolds will be allowed. MAIN PUMP INLETS corrosion in the pump. A 6.00" pump manifold inlet will be provided on each side of the vehicle. The suction inlets will include removable die cast zinc screens that are designed to provide cathodic protection for the pump, thus reducing Main pump inlets will not be located on the main operator's panel and will maintain al low connection height by terminating below the top oft the chassis frame rail. MAIN PUMP INLETCAP The main pump inlets will have National Standard Threads with a long handle chrome cap. The cap will be the Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. VALVES valve. All ball valves willl be Akrong Brass. The Akron valves will be the 8000 series heavy-duty style with a stainless steel ball and a simple two-seat design. No lubrication or regular maintenance is required on the Valves will have a ten (10): year warranty, The location of the valve for the two (2). inlets will be recessed behind the pump panel. 152of INLET CONTROL The side auxiliary inlet(s) will incorporate a quarter-turn ball valve with the control located at the inlet valve. The valve operating mechanism will indicate the position of the valve. LEFT SIDE INLET There will be one (1) auxiliary inlet with a 2.50" valve at the left side pump panel, terminating with a 2.50" (F) National Standard hose thread adapter. The auxiliary inlet will be provided with a strainer, chrome swivel and plug. RIGHT SIDE INLET There will be one (1)a auxiliary inlet with a 2.50" valve at the right side pump panel, terminating with a 2.50" (F) National Standard hose thread adapter. The auxiliary inlet will be provided with a strainer, chrome swivel and plug. ANODE,INLET Aj pair of sacrificial zinc anodes will be provided in the water pump inlets to protect the pump from corrosion. INLET BLEEDER VALVE A 0.75" bleeder valve will be provided for each side gated inlet. The valves will be located behind the panel with a "T" swing style handle control extended to the outside of The handles will be chrome plated and provide a visual indication of valve position. The swing handle will provide an ergonomic position for operating the valve without twisting the wrist and provides excellent the panel. leverage. TANKTOPUMP The water discharged by the bleeders will be routed below the chassis frame rails. The booster tank will be connected to the intake side of the pump with heavy duty 4.00" piping and a quarter turn 3.00" full flow line valve with the control located at the operator's panel. A rubber coupling willl be A check valve will bej provided in the tank to pump supply line to prevent the possibility of' "back filling" the included in this line to prevent damage from vibration or chassis flexing. water tank. TANKI REFILL A 1.50" combination tank refill and pump re-circulation line will be provided, using a quarter-turn full flow ball valve controlled from the pump operator's panel. DISCHARGE OUTLETCONTROLS The right side discharges will incorporate a quarter-turn ball valve and be controlled by Akron 9335 electric valve controllers provided on thej pump operators panel. The electric controls must be ofa a true position feedback design, requiring no clutches in the motor or current limiting. The units must be completely sealed with momentary open, close as well and an optional one touch full open feature to operate their corresponding valve actuator. The controllers will provide position indication on a full color, backlitLCD display. They will have manual adjustment of the brightness as well as an auto dimming option. In addition All other outlets will have manual swing handles that operate in a vertical up and down motion, These to the valve controls, the electric valve controllers will include a pressure display handles will be able to lock in place to prevent valve creep under pressure. LEFTSIDE DISCHARGE OUTLETS There will be two (2) discharges with a2.50" valves on the left side oft the apparatus, terminating with a 2.50" (M) National Standard hose thread adapter. Discharges will be located below the cab, and will be nol higher 153of than the top of the chassis frame rail. Discharges will not be located on the pump operator's panel. Lever controls will be provided at the valve. RIGHT SIDE DISCHARGE OUTLETS top oft the chassis frame rail. There will be One (1) discharge outlet with a 2.50" valve on the right side oft the apparatus, terminating with a2.50" MNST adapter. The discharge(s) will be located below the crew cab and will be no higher than the There will be Akron 9335 electric valve controller(s) provided on the pump operators panel. The electric control(s) must be ofat true position feedback design, requiring no clutches in the motor or current limiting. The unit(s) must be completely sealed with momentary open, close as well and an optional one touch full open feature to operate the valve actuator. The controller(s) will provide position indication on: a full color, backlit LCD display. They will have manual adjustment of the brightness as well as an auto dimming option. In addition to valve position, cach controller will include a pressure display. LARGE DIAMETER DISCHARGE OUTLET chrome adapter on the right side pump panel. LARGE DIAMETER OUTLETCAP plated cap and chain. There will be an Akron 8800 4.00" flat ball valve with 4.00" plumbing terminating with a 4.00" MNST The yalve will be controlled with a(n). Akron 9335 with pressure located at the pump operator's panel. The large diameter outlet will have a National Standard hose thread adapter with a 4.00" rocker lug chrome The cap will be the Pierce VLH, which incorporates a patent pending thread design to automatically relieve stored pressure in the line when disconnected. FRONTDISCHARGE OUTLET tray, on the driver side. There willl be one (1)1.50" discharge outlet piped to the front of the apparatus and located next to the center Plumbing will consist of2.00" piping and flexible hose with a 2.00" ball valve with control at thej pump operator's panel. A fabricated weldment made of stainless steel pipe will be used ini the plumbing where appropriate. Thej piping will terminate with a 1.50" NST with 90 degree stainless steel swivel. There will be automatic drains provided at all low points of the piping. REAR DISCHARGE OUTLET There will be One (1) discharge outlet piped to the rear of the hose bed on left side,installed so proper clearance is provided for spanner wrenches or adapters. Plumbing will consist of2.50" piping along with a 2.50" full flow ball valve with the control from the pump operator's panel. Discharge will terminate with 2.50" NST thread. Discharge piping will be schedule 10: 304L welded or formed stainless steel and routed through the water tank. REAR OUTLET ELBOWS The 2.50" discharge outlets located at the rear oft the apparatus will be furnished with a 2.50" (F) National Standard hose thread x 2.50" (M) National Standard hose thread, chrome plated, 45 degree elbow. The elbow will be Pierce VLH, which incorporates an exclusive thread design to automatically relieve stored pressure in the line when disconnected. DISCHARGE CAPS/ INLETPLUGS besides the pre-connected hose outlets. Chrome plated, rocker lug, caps with chain will be furnished for all discharge outlets 1.00" thru 3.00" in size, Chrome plated, rocker lug, plugs with chain will be furnished for all auxiliary inlets 1.00" thru 3.00" in size. The caps and plugs will incorporate a thread design to automatically relieve stored pressure in the line when disconnected. 154of OUTLET BLEEDER VALVE A 0.75" bleeder valve will be provided for each outlet 1.50" or larger. Automatic drain valves are acceptable The valves will be located behind the panel witha a T swing style handle control extended to the outside ofthe The T swing handle will provide an ergonomic position for operating the valve without twisting the wrist and Bleeders will be located at the bottom of the pump panel. They will be properly labeled identifying the with some outlets if deemed appropriate with the application. side pump panel. The handles will be chrome plated and provide a visual indication of valve position. provides excellent leverage. discharge they are plumbed in to. The water discharged by the bleeders will be routed below the chassis frame rails. DELUGE RISER A3.00" deluge riser will be installed above the pump in such a manner that a monitor can be mounted and used effectively, Piping willl be installed securely so no movement develops when the line is charged. The riser will be gated and controlled at the pump operator's panel. A2.50" valve will be provided.The deluge riser will allow flow for 1000 GPM. TELESCOPIC PIPING The deluge riser piping will include a 18.00" Task Force Model XG18 Extend-A-Gun extension. This extension will be telescopic to allow the deluge gun to be raised 18.00" increasing the range of Atr triangular bracing structure will be installed to support the piping. Aluminum tread plate will bej placed on Aj position sensor will be provided on the telescopic piping that will activate the "do not move vehicle" light operation. the forward side of the bracing structure, inside the cab when the monitor isi in the raised position. DELUGE OUTLETSPECIALINSTRUCTIONS The deluge gun outlet will be located so when extended, it clears hose reel and other parts of the truck while turning.. MONITOR A' Task Force Crossfire XFC-52 monitor package will be furnished and properly installed on the deluge riser. The monitor will include a M-R nozzle, 10" stream straightener and quad stacked tips. The portable base unit with folding legs and a safety valve will have (2):2.50" female NST inlets. The monitor will be painted to The deluge riser Extend-a-Gun will have provisions for direct mounting a Task Force Tips CrossFire match the upper body. monitor. CROSSLAYMODULE The crosslay module will be full width ofthe rear body. The forward, upper corners oft the module will have fulll body corners. CROSSLAY HOSE RESTRAINT A 1.00" black nylon webbing design restraint will be provided across the ends of crosslay(s) to secure the hose during travel. The webbing assembly is to be attached at the front of the crosslay(s) with a permanent attachment. At the rear, one (1) vertical metal bar(s), the height ofthe crosslay bed, willl hook onto footman loops at the top oft the bed. 1.00" web straps will loop through footman loops at the bottom corner of the bed and attach to the bottom of the bar with a 1.00" hook and loop fastener. CROSSLAY(S) LOWER There will be two (2) lower crosslays provided. 155of 1.50" Crosslays pipe. There will be two (2) 1.50" crosslays plumbed with 2.00" welded or formed schedule 10 304L stainless steel The crosslays will be low mounted with the bottom oft both crosslay trays no more than 11.00" above the There will be a 1.50" National Standard hose thread 90-degree swivel provided in each hose bed, so that the hose may be removed from either side of apparatus. The swivel will be as far outbound as possible for ease Each crosslay will be gated with a 2.00" quarter turn ball valve with the controls located at the pump frame rails for simple, safe reloading and deployment. of changing hose. operator's panel. Crosslay Hose Trays Each hose bed will be capable of carrying 200' of1.75" double jacket hose. A removable tray will be provided for each crosslay hose bed. The crosslay tray willl be constructed of black poly to provide al lightweight sturdy tray. Two (2) hand holes will be in the floor and additional hand holes will be provided in the sides for easy removal and installation from the compartment. The floor ofthe trays Trays will be held in place by a mechanical spring-loaded stainless-steel latch that automatically deploys will be perforated to allow for drainage and hose drying. upon loading the trays to hold the trays inj place during transit. CROSSLAYIS)/DEADLAYIS)UPPER There will be one (1) upper crosslay and one (1) upper deadlay provided 2.50" Crosslay pipe. There will be one (1)2.50" crosslay plumbed with 2.50" welded or formed schedule 10 304L stainless steel There will be a 2.50" National Standard hose thread 90-degree swivel provided in each hose bed, so that hose may be removed from either side of apparatus. The swivel will be as far outbound as possible for ease of Each crosslay will be gated with a 2.50" quarter turn ball valve with the controls located at thej pump changing hose. operator's panel. Deadlay Each hose bed will be capable ofcarrying 200 of2.50" double jacket hose. There will be one (1) deadlay, without plumbing provided. The hose bed will be capable of carrying 200' of2.50" double, jacket hose. Crosslay Hose Trays AI removable tray will be provided for each crosslay/deadlay hose bed. The crosslay tray will be constructed ofb black poly to provide al lightweight sturdy tray, Two (2) hand holes will be in the floor and additional hand holes will be provided in the sides for easy removal and installation from the compartment. The floor of Trays will be held inj place by a mechanical spring-loaded stainless-steel latch that automatically deploys the trays will be perforated to allow. for drainage and hose drying. upon loading the trays to hold the trays inj place during transit. BOOSTER HOSE REELS open compartment, one each side. Aeroquip hose and a 1.50" valves. Two (2) Hannay electric rewind aluminum booster hose reels will be installed over the pump in a recessed Aj polished stainless steel roller and guide assembly will be mounted on each side of the apparatus. Discharge controls will be provided at the pump operator's panel. Plumbing to the reels will consist of 1.50" 156of Reel motors will be protected from overload with a circuit breaker rated to match the motors. Electric rewind control will be two (2) rubber covered buttons, one (1) mounted on cach pump panel adjacent Booster hose, 1.00" diameter and 150 feet long, with chrome plated Barway, or equal, couplings will be to the hose reel. provided on each reel. Working pressure oft the booster hose will be a minimum of 800 psi. Capacity of the hose reel will be 200 feet of1.00" booster hose. HOSEREEL, ACCESS A quantity of one (1) cutout(s) will bej provided in the on the passenger side dunnage area for the hose reel(s). These cutout(s) will allow access to the hose and provide a window to view the reel. Stainless steel rollers There will be one( (1) additional polished stainless steel rollera and guide assembly mounted over the driver with nylon bushings will be mounted horizontally and vertically around the cutout. side pump side sheet. HUSKY3FOAMI PROPORTIONER A Pierce Huskyg 3 foam proportioning system will be provided. The Husky 3 is an on demand, automatic proportioning, single point, direct injection system suitable for all types ofClass A and B foam concentrates, including the high viscosity (6000 cps), alcohol resistant Class B foams. Operation will be based on direct measurement of water flow, and remain consistent within the specified flows and pressures. The system will automatically proportion foam solution at rates from 0.1 percent to 3 percent regardless of variations in water pressure and flow, up to the maximum rated capacity ofthe foam concentrate pump. The design oft the system will allow operation from draft, hydrant, or relay operation. System Capacity 100 gpm @ 3 percent 300 gpm @ 1 percent 600 gpm @ 0.5 percent Control System The system willl have the ability to deliver the following minimum foam solution flow rates at accuracies that meet or exceed NFPA requirements at aj pump rating of 150 psi. Class A foam setting in 0.1 percent increments from 0.1 percent to 1 percent. Typical settings of1 percent, 0.5 percent and 0.3 percent (maximum capacity will be limited to the plumbing and water pump capacity). The system will be equipped with a digital electronic control display located on the pump operators panel. Push button controls will be integrated into the panel to turn the system on/off, control the foam percentage, The percent ofi injection will have a preset. This preset can be changed at the fire department as desired. The percent ofinjection will be able to be easily changed at the scene to adjust to changing demands. Three (3) 0.50" high LEDs will display the foam percentage in numeric characters. Three (3) indicator LEDS will also be included: one (I)green, one (1) red, and one (I)yellow. The LEDS will indicate various system and to set the operation modes. operation or error states. The indications will be: Solid Green System On Solid Red - Valve Position Error Solid Yellow - Priming System Flashing Green Injecting Foam Flashing Red - Low Tank Level Flashing Yellow - Refilling Tank 157of The control display will house a microprocessor, which receives input from the systems water flow meter while also monitoring the position oft the foam concentrate pump. The microprocessor will compare the values oft the water flow versus the position/rate oft the foam pump, to ensure the proportion rate is accurate. One (1) check valve will be installed in the plumbing to prevent foam from contaminating the water pump. The foam concentrate pump will be powered by an electric over hydraulic drive system. The hydraulic Hydraulic Drive System system and motor will be integrated into one unit. Foam Concentrate Pump The foam concentrate pump will be of positive displacement, self-priming; linear actuated design, driven by the hydraulic system. The pump will be constructed of brass body; chrome plated stainless steel shaft, witha stainless steel piston. In order to increase longevity of the pump, no aluminum will be present in its Ar relief system will be provided which is designed toj protect the drive system components and prevent over The foam concentrate pump will have minimum capacity for 3 gpm with all types of foam concentrates with a viscosity at or below 6000 cps including protein, fluoroprotein, AFFF,FFFP, or AR-AFFF. The system will deliver only the amount of foam concentrate flow required, without recirculating foam back to the storage tank. Recirculating foam concentrate back to the storage tank can cause agitation and premature foaming of the concentrate, which can result in system failure. The foam concentrate pump will be self- priming and have the ability to draw foam concentrate from external supplies such as drums or pails. An external foam pick-up will be provided to enable use ofa foam agent that is not stored on the vehicle. The external foam pick-up will be designed to allow continued operation after the on-board foam tank is construction. pressuring the foam concentrate pump. External Foam Concentrate Connection empty, or the use of foam different than the foam in the foam tank. Panel Mounted External Pick-Up Connection /Valve A bronze three (3)-way valve will be provided. The unit willl be mounted to the pump panel. The valve unit will function as the foam system tank to pump valve and external suction valve. The external foam pick-up will be one (1)0.75" male connection GHT (garden hose thread) with a cap. Pick-Up Hose loose. Discharges A 0.75" flexible hose with an end for insertion into foam containers will be provided. The hose will be supplied with a 0.75" female swivel GHT (garden hose thread) swivel connector. The hose will be shipped The foam system will be plumbed to the lower rear crosslay, lower front crosslay, upper rear crosslay, center of front bumper, hose reel in right side of dunnage area and left rear outlet. System Electrical Load SINGLE FOAM TANKREFILL The maximum current draw oft the electric motor and system will be noi more than 55 amperes at 12 VDC, The foam system's proportioning pump will be used to fill the foam tank. This will allow use of the auxiliary foam pick-up toj pump the foam from pails or a drum on the ground into the foam tank. A foam shut-off switch will be installed in the fill dome oft the tank to shut the system down when the tank is full. The fill operation will be controlled by a mode in the foam system controller. While the proportioner pump is filling the tank, the controller will display a flashing yellow LED to indicate that the tank is filling. When the tank isfull, as determined by the float switch in the tank dome, the pump will stop and the controller will shut the 158of yellow LED off. Ifit attempted to use tank fill and the refill valve and suction valve are in the wrong position(s), then a red LED will illuminate to indicate the improper valve position(s). When the valves are positioned properly, then filling will commence. FOAMTANK The foam tank will be an integral portion of the polypropylene water tank. The cell will have a capacity of25 gallons off foam with the intended use ofClass A foam. The brand of foam stored in this tank will be Phoscheck WD881. The foam cell will not reduce the capacity of the water tank. The foam cell will havea a screen in the fill dome and a breatheri in the lid. FOAMTANK DRAIN The foam tank drain will be a 1.00" quarter turn drain valve located inside the pump/plumbing compartment. The following drawing(s) will bej provided for approval by the customer. The drawing(s) will be made for up One (01)Truck apparatus and/or similar Pierce job number. PUMP OPERATOR'S PANEL DRAWING A detailed drawing to: scale ofthe pump operator's panel will be provided for the customer to review. The drawing will include all oft the gauges, controls, switching, etc.., located on the pump operator's panel. The customer will be allowed to make changes and/or mark-ups to this approval drawing. The fire apparatus manufacturer will make revisions (Ifneeded) to the drawing per the customer changes and/or mark-ups as The finalized and signed customer approved pump operator's panel drawing will become part of the contract Due to the way drain(s), bleeder(s), operationalmainemance tag(s) and NFPA required warning tag(s) are placed on pump panel(s), these items will NOT be shown on any pump panel approval drawing(s). These long as the changes are physically possible within a specific product line. documents. item(s) willl be placed on pump panel(s) at the fire apparatus manufacturer discretion. REMAINING PUMP PANEL(S) Detailed drawing(s) to scale of the remaining pump panel(s) will be provided for the customer to review. The drawing(s) will include all of the gauges, controls, switching, etc.., located on the pump panel(s). The customer will be allowed to make changes and/or mark-ups to these approval drawing(s). The fire apparatus manufacturer will make revisions (Ifneeded) to the drawing(s) per the customer changes and/or mark-ups as The finalized and signed customer approved pump panel drawing(s) will become part of the contract Due to the way drain(s), bleeder(s), ppenationalmaintemance tag(s) and NFPA required warning tag(s) are placed on pump panel(s), these items will NOT be shown on any pump panel approval drawing(s). These long as the changes are physically possible within a specific product line. documents. item(s) will be placed onj pump panel(s) at the fire apparatus manufacturer discretion. COLOR CODED TAGS A detailed drawing/chart oft the colors used on all of the inlet(s) and outlet(s) will be provided for the customer to review. The customer will be allowed to make changes and/or mark-ups to this approval drawing/chart. The fire apparatus manufacturer will make revisions (Ifneeded) to the drawing per the customer changes and/or mark-ups as long as the changes are physically possible within a specific product The finalized and signed customer approved drawing/chart of the colors will become part of the contract line. documents. SPECIAL TEXT/VERBIAGETAGS A detailed drawing/chart oft the text/verbiage used on all ofthe inlet(s) and outlet(s) will be provided for the customer to review. The customer will be allowed to make changes and/or mark-ups to this approval drawing/chart. The fire apparatus manufacturer will make revisions (Ifneeded) to the drawing per the 159of customer changes and/or mark-ups as long as the changes are physically possible within a specific product The finalized and signed customer. approved drawing/chart oft the text/verbiage will become part oft the line. contract documents. PUMP PANEL CONFIGURATION The pump panel configuration will be arranged and installed in an organized manner that will provide user- friendly operation. PUMP AND GAUGE PANEL The pump operator's panel and gauge panels will be constructed of stainless steel with a brushed finish. The side control panels willl be constructed of stainless steel with al brushed finish for durability and ease of maintenance. PUMP AND PLUMBING ACCESS Simple access to the plumbing will bej provided through the front of the body area by raising the cab for complete plumbing service and valve maintenance. Access to valves will not require removal of operator panels or pump panels. Access for rebuilding of the pump will not require removal of more than the tank to pump line and a single discharge line. This access will allow for fast, easy valve or pump rebuilding, making forr reduced out of service times. Steps will be provided for access to the top of the pump. Access to the pump will be provided by raising the cab. The pump will be positioned such that all maintenance and overhaul work can be performed above the frame and under the tilted cab. The service and overhaul work on the pump will not require the removal of operator panels or pump panels. Complete pump casing and gear case removal will require no more than removal oft the intake and discharge manifolds, driveline, coolers and a single discharge line. The pump case and gear case will be able to be removed by lifting upward without interference from piping and be removable in less than 3 hours. PUMP COMPARTMENT LIGHT There will be one (1) Whelend, Model 3SCOCDCR, 3.00" white 12 volt DCI LED light(s) with Whelen, The light(s) will be activated by a toggle switch located in the pump compartment area. Engine monitoring graduated LED indicators will be incorporated with the pressure controller. Model 3FLANGEC, flange(s) installed in the plumbing area. THROTTLE READY GREENINDICATOR LIGHT There will be a green indicator light integrated with the pressure governor and/or engine throttle installed on the pump operators panel that is activated when the pump is in throttle ready mode. VACUUM AND PRESSURE GAUGES pressure range of30.00"-0-600H. The pump vacuum and pressure gauges will be liquid filled and manufactured by Class 1 Incorporated O. The gauges will be a minimum of6.00" in diameter and will have white façes with black lettering, with a The pump pressure and vacuum gauges will be installed adjacent to each other at the pump operator's control Test port connections will be provided at the pump operator's panel. One will be connected to the intake side oft the pump, and the other to the discharge manifold of the pump. They will have 0.25 in. standard pipe thread connections and polished stainless steel plugs. They will be marked with a label. panel. PRESSURE GAUGES The individual "line" pressure gauges for the discharges will be interlube filled and manufactured by Class They will be a minimum of2.50" in diameter and will have white faces with black lettering. Gauges will be compound type with a vacuum/pressure range of30.00'-0-400". 10. 160of The individual pressure gauge will be installed as close to the outlet control as practical. WATER LEVELGAUGE An electric water level gauge will be incorporated in the pressure controller that registers water level by means of nine (9) LEDS. They will be at 1/8 level increments with a tank empty LED. The LEDs will be a To further alert the pump operator, the gauge will have a warning flash when the tank volume is less than 25 The level measurement will be ascertained by sensing the head pressure of the fluid in the tank or cell. An electric water level gauge will be provided in the cab that registers water level by means of five (5) LEDs. They will be at 1/4 level increments with a tank empty LED. The LEDs will be al bright type that are bright type that is readable in sunlight, and have a full 180-degree of clear viewing. percent. The gauge will have down chasing LEDs when the tank is almost empty. MINI SLAVE UNIT readable in sunlight and have a full 180-degree ofc clear viewing. The water level gauge in the cab will be activated when the pump is in gear. ADDITIONAL WATER LEVEL GAUGE There will be two (2) additional Fire Research MaxVision model WLA280-A00 water tank remote indicators provided and installed high behind the crew cab doors on the driver and passenger side. The indicators will show the volume of water in the tank on Ninety six (96) easy to see super bright Tri-color LEDS. The indicator case will be waterproof, manufactured of Polycarbonate material with an integrated lens. The remote indicator will indicate the level as a single color in Red for 25% or less, Amber color for up to 50% volume, Blue color for up to 75% volume and Green color for up to 100% volume. When the level reaches 25%, the red LEDs will begin flashing. When the level is empty, the red LEDs will scroll in a down- Ity will have the program capability to adjust the brightness level for day time and night time viewing. The chasing motion and then flash three times. The flash rate will be determined by the main water tank sensor. LEDS can also be programmed for different colors. This module will be activated when the pump is in gear. FOAM LEVEL GAUGE A Pierce electric foam level gauge will be provided on the operator's panel, that registers foam level by means of nine (9)LEDs. There will also be a mini foam level gauge with five (5)LEDs in the cab. They will be at 1/8 level increments with a tank empty LED. Thel LEDs will be a bright type that is readable in sunlight, and have a full 180 degree of clear viewing. The gauge will: match the water level gauge ini the To further alert the pump operator, will have a warning flash when the tank volume is less than 25 percent, The level measurement will be ascertained by sensing the head pressure of the fluid in the tank or cell. This pressure controller, and will have Down Chasing LEDs when the tank is almost empty. method provides accuracy with an array ofr multi-viscosity foams. The foam level gauge in the cab will be activated by battery switch is on. SIDE CONTROL PUMP OPERATORSIPUMP PANEL LIGHTING Illumination will be provided for controls, switches, essential instructions, gauges, and instruments necessary for the operation of the apparatus and the equipment provided on it. External illumination will be a minimum off five (5) foot-candles on the face of the device. Internal illumination will be ai minimum of four (4) The pump panels will be illuminated by two (2) Truck-Lite, Model 60354C, 6.00" x2.00" oval white LED lights with Model 60700, grommets and chrome covers installed on the back of the cab, one (1) on the footlamberts. driver's side and one (1) on the passenger's side. 161of The pump operator's panel will utilize the same LED strip lighting at the forward doorframe as all other compartment lighting. AIR HORN SYSTEM There will be a small whitel LED pump engaged indicator light installed overhead. Two (2) Hadley, eTone, chrome air horns will be recessed in the front bumper. The air horn system will be piped to the air brake system wet tank utilizing 0.38" tubing, A pressure protection valve will be installed to prevent the loss of air in the brake system. Air Horn Location Air Horn Control The air horns will be located on each side oft the bumper, just outside ofthe frame rails. The air horn(s) will be activated by the following: Steering wheel horn ring with electric/air horn selector switch Right side foot switch ELECTRONIC SIREN A Whelena, Model 295SLSA1, electronic siren with noise canceling microphone will be provided. This siren to be active when the battery switch is on and that emergency master switch is on. Electronic siren head will be recessed in the driver side inside switch panel. SIREN_CONTROL required. The electronic siren will be controllable on the siren head and horn ring only, No foot switches will be The driver will have the option to control the siren or the chassis horns from the horn button by means ofa selector switch located on the instrument panel. SPEAKER There will be one (1) Whelen, Model SA315P, black nylon composite, 100-watt, speaker with through bumper mounting brackets and painted grille provided. The speaker will be connected to the siren amplifier. The speaker will be recessed in the right side ofthe front bumper, towards the outside. AUXILIARY MECHANICALSTREN The Q2B will be black chrome finish. There will be a Federal Signal Model Q2B mechanical siren furnished and installed in the front ofthe The siren will have a 2-gauge cable connected to aj power solenoid that is connected by a 2-gauge cable ran battery direct to the primary chassis batteries and will be labeled Q2B+ at the battery. Thej power solenoid The siren will have a 2-gauge ground wire connected to the chassis battery stud. The cable will be labeled The mechanical siren will be recessed in the front bumper on the left side. The siren willl be properly apparatus. will only be enabled when the emergency master switch is on. Q2B- at the battery. supported using the bumper framework. MECHANICAL SIREN CONTROL Right side foot switch. Left side foot switch. The mechanical siren will be activated by the following: 162of A momentary chrome push button switch will be included in the right side dash panel to activate the siren brake. FRONT ZONE UPPER WARNING LIGHTS There will be three (3) Whelen@ Freedom IV21.50" lightbars mounted on the cab roof. The driver's side lightbar will be installed at a 30 degree angle from the front ofthe cab. This lightbar will include the following: One (1) red flashing LED module in the outside end position. One (1) red flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside front position. One (1) white flashing LED module in the inside front position. One (1) red flashing LED module in the inside front corner position. One (1) red flashing LED module in the driver's side front corner position. One (1) red flashing LED module ini the driver's side front position. One (1) red flashing LED module in the passenger's side front position. One (1) red flashing LED module in the passenger's side front corner position. The center lightbar will be installed parallel to the front of the cab. This lightbar will include the following: The passenger's side lightbar will be installed at a 30 degree angle from the front of the cab. This lightbar will include the following: One (1) red flashing LED module in the inside front corner position. One (1) white flashing LED module in the inside front position. One (1) red flashing LED module in the outside front position. One (1) red flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside end position. There will be a switch in the cab on the switch panel to control the lightbars. The white flashing LEDs will be disabled when the parking brake is applied. in the side lightbars may be load managed when the parking brake is applied. There will be clear lenses included on the lightbar. The red flashing LED modules in the center lightbar and the red flashing LED module in front inside corners LIGHTS, FRONT ZONE LOWER There will be four (4), Whelen Model M6** 4.32" high x 6.75" wide x 1.37" deep flashing LED warning lights installed on the cab face above the headlights in twin bezels. The left side outside warning light to include red LEDs The left side inside warning light to include red LEDs The right side inside warning light to include red LEDS The right side outside warning light to include red LEDs The warning light lens color(s) to be clear The housing and trim shall be painted black The lights may be controlled per the following: As switch on the cab instrument panel will control the lights 163of White LEDs will be deactivated when the parking brake is applied Amber LEDs will be activated when the parking brake is applied Amber, blue green or red LEDS in the inside positions may be load managed when the parking brake is applied FRONT WARNING FLASH PATTERN ADJUSTMENT adjusted to steady burning number 159 pattern. The flash pattern of the two (2) Whelen M6* front warning light(s) located front inside quad lights will be HEADLIGHT FLASHER The high beam headlights will flash alternately between the left and right side. will be live when the battery switch and the emergency master switches are on. There willl be: a switch installed in the cab on the switch panel to control the high beam flash. This switch The flashing will automatically cancel when the hi-beam headlight switch is activated or when the parking brake is set. SIDE ZONE LOWER LIGHTING There will be: six (6) Whelene), Model M6**, 4.31" high x 6.75" long x 1.37" deep flashing LED warning Two (2) lights located, one (1) each side on the bumper extension. The driver's side, side front light to include red warning LEDs and the passenger's side, side front light to include Two (2) lights located, one (1) each side of cab rearward of crew cab doors. The driver's side, side middle light to include red warning LEDs and the passenger's side, side middle Two (2) lights located, one (1) each side above rear wheels. The driver's side, side rear light to include red warning LEDs and the passenger's side, side rear light to include red warning lights with black trim installed per the following: red warning LEDS. light to include red warning LEDs. LEDs. The warning light lens color(s) to be clear. There will be a switch in the cab on the switch panel to control the lights. INTERIOR CAB DOOR WARNING LIGHTS LED flashing strip lights provided. There will be four (4) Weldon, Model 8401-0000-20, 16" long x 3/4" High: x 5/8" deep amber 12 volt DC One (1) light on the left side cab door. One (1) light on the right side cab door. One (1) light on the right side crew cab door. One (1) light on the left side crew cab door. Each light willl be located over the door window.. Each light will be activated when the battery switch is on, respective door is opened and no other controls are on. Each light will be installed sO the flash pattern directs traffic away from the doors. ELECTRICAL CONNECTORS FORI WARNING LIGHTS commection/liscomnection of the circuit applied to. The lights will bei installed with a weatherproof insulated crimped connectors in order to provide ease of 164of REAR ZONE LOWER LIGHTING There willl be two (2) Whelen@, Model M6**, 4.31" high x 6.75" wide x 1.37" deep flashing LED warning lights with black trim will be located at the rear oft the apparatus. The left side rear warning light to include red LEDs The right side rear warning light to include red LEDs The waring light lens color(s) to be clear There will be a switch ini the cab on the switch panel to control the lights. WARNING LIGHTS (REAR AND SIDE UPPER ZONES) There will be four (4), Whelen, Model M9**C, 6.50" high x 10.37" wide x 1.37" deep flashing LED warning lights with chrome trim provided at the rear of the apparatus per the following: The side upper rear light on the left side to include red flashing LEDs. The rear upper light on the left side to include red flashing LEDs. The rear upper light on the right side to include red flashing LEDs. The side upper rear light on the right side to include red flashing LEDs. The warning light lens color(s) to be clear There will be a switch in the cab on the: switch panel to control the lights. TRAFFIC DIRECTING LIGHT There will be one (1) Whelen@, Model TAL65, 36.00" long x 2.87" high x 2.25" deep, amber LED traffic directing light installed at the rear of the apparatus. The controller will be energized when the battery switch is on. The Whelen, Model TACTLS, control head will be included with this installation. The auxiliary flash not activated. This traffic directing light will be recessed with a stainless steel trim plate at the rear ofthe apparatus as high The traffic directing light control head will be located in the driver side overhead switch panel in the center as practical. panel position. LOOSE EQUIPMENT The following equipment will be furnished with the completed unit: One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts and washers, as used in the construction of the unit. NFPA LOOSE EQUIPMENT NFPA Required Loose Equipment Provided by Fire Department edition, section 5.2 will be provided by the fire department: The following loose equipment as outlined in NFPA 1900, 2024 edition, table 8.1 and CAN/ULC S515:2024 One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, Standard for High Visibility Public Safety Vests, and have a five-point breakaway feature that includes two (2) at the shoulders, two (2) at the sides, and one (1) at the front. Five (5) fluorescent orange traffic cones not less than 28.00" (711 mm) in height, each equipped with a 6.00" (152 mm) retro-reflective white band no more than 4.00" (152 mm) from the top of the cone, and an additional 4.00" (102 mm) retro-reflective white band 2.00" (51 mm) below the 6.00" (152 mm) band. 165of Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. NFPA Loose Equipment That Shall be Considered: CAN/ULC S515:2024 edition, section 5.2 should be considered: 800 ft (60 m) of 2.50" (65 mm) or larger fire hose. One (1) handline nozzle, 200 gpm (750 L/min) minimum. Two (2) handline nozzles, 95 gpm (360 L/min) minimum. flows a minimum of 250 gpm (950 L/min). Four (4) SCBA apparatus Four (4) SCBA spare cylinders One (1) first aid kit. Four (4) combination spanner wrenches. Two (2) hydrant wrenches. The following loose equipment as outlined in NFPA 1900, 2024 edition, appendix table A.8.4 (a) and 400 ft (120 m) of 1.50" (38 mm), 1.75" (45 mm), or 2.00" (52 mm) fire hose. One (1) smooth bore or combination nozzle with shutoff and with 2.50" (65 mm) inlet that One (1) double female 2.50" (65 mm) adapter with national hose (NH) threads. One (1) double male 2.50" (65 mm) adapter with national hose (NH) threads. Two (2) salvage covers each a minimum size of 2#X18R87mx55m, One (1) rubber mallet, for use on suction hose connections. One (1) automatic external defibrillator (AED). SOFTSUCTION HOSE PROVIDED BY FIRE DEPARTMENT STRAINER PROVIDED BY FIRE DEPARTMENT strainer when suction hose is] provided. Hose is not on the apparatus as manufactured. The fire department will provide suction or supply hose. NFPA 1900, 2024 edition, section 8.3 and CAN/ULC: S515:2024 edition, section 5.2 requires a suction The strainer is not on the apparatus as manufactured. The fire department will provide the suction strainer. The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT extinguisher, WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT The extinguisher is not on the apparatus as manufactured. The fire department will provide and mount the extinguisher, FLATHEAD AXE PROVIDED BYFIRE DEPARTMENT PICKHEAD AXE PROVIDED BY FIRE DEPARTMENT The axe is not on the apparatus as manufactured. The fire department will provide and mount the axe. The axe is not on the apparatus as manufactured. The fire department will provide and mount the axe. 166of CAB THREE-TONE PAINT The cab will be painted three-tone with the upper section painted #90 red, the middle section painted 623 greay, and the lower section painted to match the upper section color. There will be a standard two-tone cab break with an additional break at the roofline provided. There will be a standard cab shield provided. TWO-TONE BODY PAINT compartment door openings. The body will be painted two-tone with the upper section painted to match the upper section ofthe cab and the lower section painted to match the lower section of the cab. The body paint break will be above the body PAINT follows: The exterior custom cab and body painting procedure will consist ofas seven (7) step finishing process as 1. Manual Surface Preparation - All exposed metal surfaces on the custom cab and body will be thoroughly cleaned and prepared for painting. Imperfections on the exterior surfaces will be removed and sanded to a smooth finish. Exterior seams will be sealed before painting. Exterior surfaces that will not be painted include; chrome plating, polished stainless steel, 2. Chemical Cleaning and Pretreatment - All surfaces will be chemically cleaned to remove dirt, oil, grease, and metal oxides to ensure the subsequent coatings bond well. The aluminum surfaces will be properly cleaned and treated using a high pressure, high temperature 4 step Acid Etch process. The steel and stainless surfaces will be properly cleaned and treated using a high temperature 3 step process specifically designed for steel or stainless. The chemical treatment converts the metal surface to a passive condition to help prevent corrosion. A final pure water rinse will be applied to all metal surfaces. 3. Surfacer Primer The Surfacer Primer will be applied to a chemically treated metal surface to provide a strong corrosion protective basecoat. A minimum thickness of 2 mils of Surfacer Primer is applied to surfaces that require a Critical aesthetic finish. The Surfacer Primer is a wo-component high solids urethane that has excellent sanding properties and 4. Finish Sanding - The Surfacer Primer will be sanded with a fine grit abrasive to achieve an ultra-smooth finish. This sanding process is critical to produce the smooth mirror like finish 5. Sealer Primer The Sealer Primer is applied prior to the Basecoat in all areas that have not been previously primed with the Surfacer Primer. The Sealer Primer is a two-component high solids urethane that goes on smooth and provides excellent gloss hold out when 6. Basecoat Paint - Two coats of al high performance, two component high solids polyurethane basecoat will be applied. The Basecoat will be applied to a thickness that will achieve the proper color match. The Basecoat will be used in conjunction with a urethane clear coat to 7. Clear Coat - Two (2) coats of Clear Coat will be applied over the Basecoat color. The Clear Coat is a two-component high solids urethane that provides superior gloss and durability to the exterior surfaces. Lap style and roll-up doors will be Clear Coated to match the body, Paint warranty for the roll-up doors will be provided by the roll-up door manufacture. anodized aluminum and bright aluminum treadplate. an extra smooth finish when sanded. in the topcoat. topcoated. provide protection from the environment. 167of Specifications are written to define cyclic corrosion testing, physical strengths, durability and minimum appearance requirements must be met in order for an exterior paint finish to be considered acceptable as a Each batch of basecoat color is checked for a proper match before painting of the cab and the body. After the cab and body are painted, the color is verified again to make sure that it matches the color standard. Electronic color measuring equipment is used to compare the color sample to the color standard entered into the computer. Color specifications are used to determine the color match. A Delta E reading is used to All removable items such as brackets, compartment doors, door hinges, and trim will be removed and separately ifrequired, to ensure paint behind all mounted items. Body assemblies that cannot be finish The cab will bet three-tone, with the upper section painted #90 red, the center section painted #623 Charcoal, and the lower section painted #90 Red. The cab will have a shield design on the cab face. The body will have at two-tone design with #90 RED lower below the body seam #623 Charcoal upper body, Pierce quality finish. determine a good color match within each family color. painted after assembly will be finish painted before assembly. Seam shall be welded shut. see option #625280. PAINT- ENVIRONMENTALIMPACT Contractor will meet or exceed all current State regulations concerning paint operations. Pollution control will include measures to protect the atmosphere, water and soil. Controls will include the following conditions: Topcoats and primers will be chrome and lead free. Metal treatment chemicals will be chrome free. The wastewater generated in the metal treatment process will be treated on-site to remove any other heavy metals. Particulate emission collection from sanding operations will have a 99.99% efficiency factor. Particulate emissions from painting operations will be collected by a dry filter or water wash process. If the dry filter is used, it will have an efficiency rating of 98.00%. Water wash Water from water wash booths will be reused. Solids will be removed on a continual basis to systems will be 99.97% efficient keep the water clean. Paint wastes are disposed of in an environmentally safe manner. Empty metal paint containers will be to recover the metal. Solvents used in clean-up operations will be recycled on-site or sent off-site for distillation and returned for reuse. Additionally, the finished apparatus will not be manufactured with or contain products that have ozone depleting substances. Contractor will, upon demand, present evidence that the manufacturing facility meets the above conditions and that it is in compliance with his State EPA rules and regulations. PAINT CHASSIS FRAME ASSEMBLY The chassis frame assembly will be finished with a single system black top coat (or as otherwise stated in a secondary option) before the installation of the cab and body, and before installation of the engine and transmission assembly, air brake lines, electrical wire harnesses, etc, Components treated with epoxy E-coat protection prior to paint: Two (2) C-channel frame rails Components that are included with the chassis frame assembly that will be painted not e-coated are: Cross members Axles 168of Suspensions Steering gear Battery boxes Bumper extension weldment Frame extensions Body mounting angles Pump house substructure Steel fuel tank Castings Rear Body support substructure (front and rear) Individual piece parts used in chassis and body assembly The E-coat process will meet the technical properties shown. FRONTWHEELSI PAINT REAR WHEELS PAINT AXLE HUB PAINT All wheel surfaces, inside and outside, will be provided with paint black #101. All wheel surfaces, inside and outside, will be provided with paint black #101. All axle hubs will be painted to match lowerjobcolor. COMPARTMENTINTERIOR PAINT easier to touch up: scratches and nicks. REFLECTIVE STRIPES The interior ofall compartments will be painted with a gray spatter finish for ease of cleaning and to make it Three (3) stripes will be provided across the front of the vehicle and along the sides of the body. The band will consist ofa 1.00" dark charcoal metallic vinyl stripe at the top with a 1/4" black border top and bottom, then a 6.00" reflective black stripe, and a 1.00" dark charcoal metallic vinyl stripe at the bottom witha 1/4" black border top and bottom. There will be: a 1" void between the stripes. The reflective band provided on the cab face will be at the headlight level. REAR CHEVRONSTRIPING There will be alternating chevron striping located on the rear-facing vertical surface of the apparatus. The rear surface, excluding the rear roll up door, will be covered. The colors will be red and yellow diamond grade. Each stripe will be 6.00" in width. surface will be covered with chevron striping. JOG(S)IN REFLECTIVE BAND at approximately a 45 degrees when installed. REFLECTIVE STRIPE OUTLINE This will meet the requirements of the current edition of NFPA 1901, which states that 50% oft the rear The reflective band located on cach side of the apparatus body will contain one (1)jog(s) and will be angled A black vinyl outline will be provided. for each chevron stripe at the rear oft the truck. 169of VINYL: STRIPE INSIDE RUBRAILS A vinyl stripe will be provided. inside the extruded aluminum rubrails. The vinyl material will be per the fire departments specifications. There will be a quantity of four (4) rubrails striped. CAB DOOR REFLECTIVE STRIPE A 6.00" x 16.00" black reflective stripe will be provided across the interior of each cab door. The stripe will be located approximately 1.00" up: from the bottom, on the door panel. This stripe will meet the current edition of applicable NFPA standards. CAB STRIPE There will be a genuine gold leaf stripe provided on both sides oft the cab inj place oft the chrome molding and on the cab face with shield. LETTERING LETTERING LETTERING letters provided. LETTERING letters provided. LETTERING two (2) letters provided. LETTERING letters provided. LETTERING LETTERING letters provided. LETTERING (6) letters provided. LETTERING letters provided. LETTERING (4) letters provided. The lettering will be totally encapsulated between two (2) layers of clear vinyl. Forty-one (41) to sixty (60). genuine gold leaf lettering, 2.00" high, with outline and shade will be provided. There will be genuine gold leaflettering, 4.00" high, with outline and shade provided. There will be 18 There will be genuine gold leaflettering, 3.00" high, with outline and shade provided. There will be 26 There will be printed effect gold leaflettering, 16.00" high, with outline and shade provided. There will be There will be reflective lettering, 12.00" high, with no outline or shade provided. There will be three (3) Twenty-one (21) to forty (40) genuine gold leafl lettering, 5.00" high, with outline and shade will be provided. There will be genuine gold leaflettering, 8.00" high, with outline and shade provided. There will be 28 There will be printed effect gold leafl lettering, 5.00" high, with outline and shade provided. There will be six There will be reflective lettering, 18.00" high, with no outline or shade provided. There will be two (2) There will be genuine gold leaflettering, 10.00" high, with outline and shade provided. There will be four 170of MALTESE CROSS INSTALLATION on the forward cab doors. CAB GRILLE DESIGN There will be one (1) pair of maltese crosses, comprised of genuine gold leafmaterial, provided and installed A muted American flag with a thin red line design will be painted on the cab grille. FIRE APPARATUS PARTS MANUAL The manual(s) will contain the following: There will be one (1) custom parts manual(s) in USB flash drive format for the complete fire apparatus provided. Job number Table of contents Part numbers with full descriptions Parts section sorted in functional groups reflecting a major system, component, or assembly Parts section sorted in alphabetical order Instructions on how to locate parts Each manual will be specifically written for the chassis and body model being purchased. Itwill not be a generic manual fora a multitude of different chassis and bodies. Service Parts Internet Site The service parts information included in these manuals are also available on the Pierce website. The website offers additional functions and features not contained in this manual, such as digital photographs and line drawings of select items. The website also features electronic search tools to assist in locating parts quickly. There will be one (1) chassis service manuals on USB flash drives containing parts and service information CHASSIS SERVICE MANUALS on major components provided with the completed unit. The manual will contain the following sections: Job number Table of contents Troubleshooting Front Axle/Suspension Brakes Engine Tires Wheels Cab Electrical, DC Air Systems Plumbing Appendix The manual will be specifically written for the chassis model being purchased. Itwill not be a generic manual for a multitude ofdifferent chassis and bodies. 171of CHASSIS OPERATION MANUAL The chassis operation manual will bej provided on one (1) USB: flash drive. ONE (1)YEAR MATERIAL AND WORKMANSHIP AJ Pierce basic apparatus limited warranty certificate, WA0008, is included with this proposal, ENGINE WARRANTY with this proposal. A Paccar five (5)year limited engine warranty will be provided. A limited warranty certificate is included STEERING GEAR WARRANTY be submitted with the bid package. A TRW one (1)year limited steering gear warranty will be provided. A copy of the warranty certificate will FIFTY (50)YEAR STRUCTURAL INTEGRITY WA0013, is included with this proposal. FRONT AXLE WARRANTY The Pierce custom chassis frame only (does not include crossmembers) limited warranty certificate, Al Eaton five (5)-year/100,000 mile parts and labor warranty will be provided. SINGLE REAR AXLE FIVE (5)YEAR MATERIAL/ AND WORKMANSHIP WARRANTY ABS BRAKE SYSTEMTHREE (3)YEAR MATERIAL AND WORKMANSHIP WARRANTY Al Meritor WabcoTM ABS brake system limited warranty certificate, WA0232, is included with this proposal. A MeritorM Axle 5 year limited warranty will be provided. TEN_(10)YEAR STRUCTURALINTEGRITY The Pierce custom cab limited warranty certificate, WA0012, is included with this proposal. A Pierce cab limited pro-rated paint warranty certificate, WA0055, is included with this proposal. A Pierce cab limited pro-rated paint warranty certificate, WA0055, is included with this proposal. TEN (O)YEARPRO-RATED PAINT AND CORROSION TENCOYEARPRO-BATED PAINT AND CORROSION FIVE (5)YEAR MATERIAL AND WORKMANSHIP The Pierce Command Zone electronics limited warranty certificate, WA0014, is included with this proposal. CAMERA SYSTEM WARRANTY COMPARTMENT LIGHT WARRANTY TRANSMISSION WARRANTY Al Pierce fifly four (54) month warranty will be provided for the camera system. The Pierce 12 volt DCI LED strip lights limited warranty certificate, WA0203, is included with this proposal. The transmission will have a five (5); year/unlimited mileage warranty covering 100 percent parts and labor, Note: The transmission cooler is not covered under any extended warranty you may be getting on your Allison Transmission. Please review your Allison Transmission warranty for coverage limitations. The warranty willl be provided by Allison Transmission. 172of TRANSMISSION COOLER WARRANTY The transmission cooler will carry a five (5)year parts and labor warranty (exclusive to the transmission cooler). In addition, a collateral damage warranty will also be in effect for the first three (3); years ofthe warranty coverage and will not exceed $10,000 per occurrence. A copy oft the warranty certificate will be included with this proposal. WATER TANK) WARRANTY A UPF poly water tank limited warranty certificate, WA0195, is included with this proposal. The Pierce apparatus body limited warranty çertificate, WA0009, is included with this proposal. TEN_(10)YEAR STRUCTURALINTESRITY ROLLUPDOOR MATERIAL AND WORKMANSHIP WARRANTY limited warranty will be provided on painted and satin roll up doors. The limited warranty certificate, WA0190, is included with this proposal. A Gortite roll-up door limited warranty will be provided. The mechanical components oft the roll-up door will be warranted against defects in material and workmanship for the lifetime of the vehicle. A six (6)year SEVEN (7)YEAR PARTS, ONE (1)YEAR LABOR The pump and its components will be provided with a seven (7): year parts and one (1)year labor limited warranty, The manufacturer's warranty will provide that the pump and its components will be free from failures caused by defects in material and workmanship that would arise under normal use and service. Acopy oft the warranty certificate will be submitted with the bid package. TEN_(10)YEAR PUMP PLUMBING WARRANTY The Pierce apparatus plumbing limited warranty certificate, WA0035, is included with this proposal. The Husky 3 foam system limited warranty certificate, WA0231, is included with this proposal. AJ Pierce body limited pro-rated paint warranty certificate, WA0057, is included with this proposal. FOAM SYSTEM WARRANTY TEN (10)YEAR PRO-RATED PAINT AND CORROSION THREE (3) YEAR MATERIAL AND WORKMANSHIP The Pierce Goldstar gold leaf lamination limited warranty limited warranty certificate, WA0018, isi included with this proposal. VEHICLE STABILITY CERTIFICATION The fire apparatus manufacturer will providead certification stating the apparatus complies with NFPA 1900, current edition, section 7.14, Vehicle Stability. The certification is included with this proposal. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer will provide a certification, along with al letter from the engine manufacturer stating they approve ofthe engine installation in the bidder's chassis. The certification will be provided at the time of delivery. POWER STEERING CERTIFICATION The fire apparatus manufacturer will provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification is included with this proposal. 173of CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer will provide a cab crash test certification with this) proposal. The certification will state that a specimen representing the substantial structural configuration of the cabl has been tested and certified by an independent third party test facility. Testing events will be documented with photographs, real-time and high-speed video, vehicle accelerometers, cart accelerometers, and a laser speed trap. The fire apparatus manufacturer will provide a state licensed professional engineer to witness and SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading Heavy Trucks. European Occupant Protection Standard ECE Regulation No.29. SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading Heavy Trucks. certify all testing events. Testing will meet or exceed the requirements below: Side Impact The cab will be subjected to dynamic preload where a 14,320-lb moving barrier is slammed into the side of the cab at 5.50 mph, striking with an impact of 13,000 ft-Ib of force. This test is part of the SAE J2422 test procedure and more closely represents the forces a cab will see in ai rollover incident. Frontal Impact with SAEJ J2420. Additional Frontal Impact force required by SAE. J2420) Roof Crush The same cab will withstand a frontal impact of 32,600 ft-lb of force using a moving barrier in accordance The same cab will withstand a frontal impact of 65,098 ft-lb of force using a moving barrier. (Twice the The cab will be subjected to a1 roof crush force of22,500 Ib. This value meets the ECE 29 criteria, and is equivalent to the front axle rating up to a maximum of ten (10) metric tons, Additional Roof Crush ofECE29) area. The same cab will be subjected to ar roofcrush force of110,000 Ibs. (Four and a half times the load criteria The same cab will withstand all tests without any measurable intrusion into the survival space oft the occupant There will be no exception to any portion oft the cab integrity certification. Nonconformance will lead to immediate rejection ofbid. CAB DOOR DURABILITY CERTIFICATION Robust cab doors help protect occupants. Cab doors will survive a 200,000 cycle door slam test where the slamming force exceeds 20 G's of deceleration. The bidder will certify that the sample doors similar to those provided on the apparatus have been tested and have met these criteria without structural damage, latch malfunction, or significant component wear. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. Windshield wipers will survive a 3 million cycle durability test in accordance with section 6.20fSAEJ198 Windshield Wiper Systems - Trucks, Buses and Multipurpose Vehicles. The bidder will certify that the wiper system design has been tested and that the wiper system has met these criteria. ELECTRIC WINDOW DURABILITY CERTIFICATION Cab window roll-up systems can cause maintenance problems ifn not designed for long service life. The window regulator design will complete 30,000 complete up-down cycles and still function normally when 174of finished. The bidder will certify that sample doors and windows similar to those provided on the apparatus have been tested and have met these criteria without malfunction or significant component wear. SEATBELTANCHOR STRENGTH Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat belt anchor design will withstand 3000 Ib of pull on both the lap and shoulder belt in accordance with FMVSS 571.210 Seat Belt Assembly Anchorages. The bidder will certify that each anchor design was) pull tested to the required force and met the appropriate criteria. SEAT MOUNTING STRENGTH Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and should be validated through testing. Each seat mounting design will be tested to withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The bidder will certify, at time of delivery, that cach seat mount and cab structure design was pull tested to the required force and met the appropriate criteria. PERFORMANCE CERTIFICATIONS Cab Air Conditioning Good cab air conditioning temperature and air flow performance keeps occupants comfortable, reduces humidity, and provides a climate for recuperation while at the scene. The cab air conditioning system will cool the cab from a heat-soaked condition at 100 degrees Fahrenheit to an average of 78 degrees Fahrenheit in 30 minutes. The bidder will certify that a substantially similar cabl has been tested and has met these criteria. Cab Defroster Visibility during inclement weather is essential to safe apparatus performance. The defroster system will clear the required windshield zones in accordance with SAEJ381 Windshield Defrosting Systems Test Procedure And Performance Requirements - Trucks, Buses, And Multipurpose Vehicles. The bidderwill certify that the defrost system design has been tested in a cold chamber and passes the SAEJ381 criteria. Good cab heat performance and regulation provides a more effective working environment for personnel, whether in-transit, or at a scene. An auxiliary cab heater will warm the cab 77 degrees Fahrenheit from a cold-soak, within 30 minutes when tested using the coolant supply methods found in SAEJ381. The bidder will certify, at time of delivery, that a substantially similar cab has been tested and has met these criteria. The bidder will provide, at the time of bid and delivery, an itemized print out oft the expected amp draw of the Cab Auxiliary Heater AMP DRAW REPORT entire vehicle's electrical system. The manufacturer of the apparatus will provide the following: Documentation of the electrical system performance tests. Awritten load analysis, which will include the following: The nameplate rating of the alternator. The alternator rating under the conditions specified per: Current edition of applicable NFPA standards. Current edition of applicable NFPA standards. The minimum continuous load of each component that is specified per: Additional loads that, when added to the minimum continuous load, determine the total connected load. Each individual intermittent load. 175of All ofthe above listed items will be provided by the bidder per the current edition of applicable NFPA standards. One( (1) One(1) 00-00-1225 YN YN == BME, Type 6: Extreme, Sawtooth"-2.700 04/15/24 == BME FIRE TRUCKS COMMERCIAL CHASSIS TYPE 6 EXTREME 176of SAWTOOTH" One (1) 00-15-1110 YN N DETERMINATION OF APPARATUS WEIGHT BME Fire Trucks, LLC. shall submit estimated "in-service" weight analysis required by applicable NFPA standards. This Excel computer weight analysis shall break down all major components of the apparatus and shall show the impact on percentage-ol-load on the front and rear axles, total weight, and weight The analysis shall evenly distribute the NFPA required minimum payload allowance or estimated equipment payload as provided by the purchaser into the specified compartments. The allowance for personnel, hose loads, water and foam fluids, and required NFPA equipment shall be outlined individually in the analysis and placed on the apparatus in its specific intended position. on each tire set. CENTER-OP-GRAVITY ANALYSIS BME Fire Trucks, LLC. shall perform an estimated center of gravity calculation as required by the applicable section of NFPA standards. This calculation shall include tilt angles, the estimated right to left load distribution, and load on each axle, including all specified major components. LOW VOLTAGETEST REQUIRMENTS One( (1). 00-20-1310 YN The fire apparatus low voltage electrical system shall be tested as required by this section and the test results shall be certified by the apparatus manufacturer. The certification shall be delivered to the purchaser with the documentation for the completed apparatus. The tests shall be performed when the air temperature is between 0 degrees Fahrenheit and 110 degrees Fahrenheit. TESTSEQUENCE The three tests defined below shall be performed in the order in which they appear. Before each test, the chassis batteries shall be fully charged until the voltage stabilizes at the voltage regulator set point and the lowest charge current is maintained for 10 minutes. The failure of any of these tests shall require a repeat ofthe test sequence. RESERVE CAPACITYTEST The chassis engine shall be started and kept running until the chassis engine and engine compartment temperatures are stabilized at normal operating temperatures and the chassis battery system is fully charged. The chassis engine shall be shut off: and the minimum continuous electrical load shall be applied for 10 minutes. All electrical loads shall be turned off prior to attempting to restart the chassis engine. The chassis battery system shall then be capable of 177of restarting the chassis engine. The failure to restart the chassis engine shall be considered a failure of this test. ALTERNATOR PERFORMANCETEST ATIDLE The minimum continuous electrical load shall be applied with the chassis engine running at idle speed. The chassis engine temperature shall be stabilized at normal operating temperature. The chassis battery system shall be tested to detect the presence ofa chassis battery current discharge. The detection of chassis battery current discharge shall be considered a failure of this test. ALTERNATOR ERFORMANCETIST ATI FULLLOAD The total continuous electrical load shall be applied with the chassis engine running up to the engine manufacturer's; governed speed. The test duration shall be a minimum of two hours. The activation of the electrical system load management system shall be permitted during this test. The activation of an alarm due to excessive chassis battery discharge, as detected by the system required by NFPA (current edition), or an electrical system voltage ofl less than 11.8 volts direct current for a 12 volt direct current nominal system, for more than 120 seconds, shall be considered a failure of this test. LOW VOLTAGE. ALARMTEST Following the completion of the tests described above, the chassis engine shall be turned off. With the chassis engine turned off, the total continuous electrical load shall be applied and shall continue to be applied until the excessive battery discharge alarm activates. The chassis battery voltage shall be measured at the The test shall be considered to be a failure ift the low voltage alarm has not yet sounded 140 seconds after the voltage drops to 11.70 volts direct current fora12 volt direct current nominal system. The chassis battery system shall then be able to restart the chassis engine. The failure of the chassis battery system to restart The completed fire apparatus shall undergo a complete 12 volt electrical load and performance testing per applicable sections of NFPA standards with inspection and test sheets included in delivery documentation. battery terminals. the chassis engine shall be considered a failure of this test. DOCUMENTATION The apparatus manufacturer shall provide the results of the low-voltage electrical system performance test, certified in writing, with the documentation provided to the purchaser at the time of delivery of the completed apparatus. The test results shall consist ofthe following documents: ()Documentation of the electrical system performance tests. (2). A written electrical load analysis, including the following: 178of (a) The nameplate rating of the alternator. (b) The alternator rating under the conditions specified inl NFPA 1906 (c) Each oft the component loads specified that make up the minimum (d). Additional electrical loads that, when added to the minimum continuous electrical load, determine the total continuous electrical load. (current edition). continuous electrical load. (e) Each individual intermittent electrical load. One (1) 00-21-9100 Y TEST) RESULTS certify the following: BME Fire Trucks LLC. shall provide results of the apparatus testing and shall The weight ofthe completed apparatus, when loaded to its estimated in service weight, does not exceed the GVWR and GAWR of the chassis. The complete unit, when loaded to its estimated in service weight, meets the weight distribution and vehicle stability requirements, as defined in the current The unit meets all required federal standards pertaining to the manufacturer and completion oft the apparatus and al label tag has been affixed to the apparatus by BME Fire Trucks LLC. shall provide all testing results, including engine, speed, acceleration, road ability, braking, and auxiliary braking to the Purchaser at the NFPA guidelines. the manufacturer stating same. time of delivery. One(1) 00-55-1010 Y_N DELIVERY REQUIREMENTS The bidder shall not be responsible for delays in delivery due to strikes, acts of God, failure of suppliers to deliver, chassis shortage and other reasons beyond the reasonable control oft the builder. Should BME Fire Trucks, LLC. be unable to comply with the proposed delivery date, we shall immediately contact the purchaser regarding delay information and actions to be taken by the company. This vehicle shall be F.O.B. the BME: Fire Trucks facility in Boise Idaho. Dealer shall be responsible for arrangement. of delivery from factory. One (1) 00-65-1020 YN GENERALARRANIY PROVISIONS All materials and workmanship herein specified, including all equipment furnished, shall be guaranteed for a period of one (1) year after the acceptance date of the apparatus, unless otherwise noted, with the exception of any normal maintenance services or adjustments which shall be required. Under this warranty, BME Fire Trucks, LLC, shall be responsible for the costs of repairs to the apparatus that have been caused by defective workmanship or materials 179of during this period. This warranty shall not apply to the following: Any component parts or trade accessories such as chassis, engines, tires, pumps, valves, signaling devices, batteries, electric lights, bulbs, alternators, and all other installed equipment and accessories, in as much as they are usually warranted separately by their respective manufacturers;, or are subject to normal Failures resulting from the apparatus being operated in a manner or for aj purpose Loss oft time or use ofthe apparatus, inconvenience or other incidental expenses. Any apparatus which has been repaired or altered without written consent or outside of the apparatus manufacturer's factory and or authorized service center in any way that affects its stability, or which has been subject to misuse, wear and tear. not recommended by the apparatus manufacturer. negligence, or accident. Delivery of the apparatus to repair site. DISCLAIMER NO WARRANTIES ARE GIVEN BEYOND THOSE DESCRIBED HEREIN. THIS WARRANTY IS INLIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED. THE COMPANY SPECIFICALLY DISCLAIMS WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, ALL OTHER REPRESENTATIONSTO THE USERPURCHASER AND ALL OTHER OBLIGATIONS OR LIABILITIES. FURTHER, THE COMPANY EXCLUDES LIABILITY FOR CONSEQUENTIAL AND INCIDENTALDAMAGES, ON THE PARTOF THE COMPANY OR SELLER. No person is authorized to give any other warranties or to assume any liabilities on the Company" s behalf unless made or assumed in writing by the seller; and no other person is authorized to give any warranties or to assume any liabilities on the seller's behalf unless made or assumed in writing by the seller. OBTAINING SERVICE Return the vehicle to any BME Fire Trucks, LLC. dealer/authorized service center; Return the vehicle to BME Fire Trucks, LLC. or contact BME Fire Trucks, LLC.. BME Fire Trucks, LLC. shall be solely responsible for determining the extent of repair under the terms oft the warranty. Transportation costs shall be the responsibility ofthe purchaser. One (1). 00-65-2100 Y_N MATERIAL AND WORKMANSHIP All equipment provided shall be guaranteed to be new and ofcurrent manufacture, and unless specified otherwise, shall meet all requirements of 180of these specifications and prevailing NFPA documents and be in condition at time of delivery for use as specified for this type of apparatus. All workmanship shall be of the highest quality and accomplished in a professional manner sO as toi insure a functional apparatus with a high quality The construction shall be rugged and ample safety factors shall be provided to carry the loads specified to meet both on and offr road requirements. The apparatus shall be designed and the equipment mounted with due consideration to the distribution of load between the front and rear axles, so all specified equipment, with a full complement of personnel, can be carried aesthetic appearance. without damage to the apparatus, One (1) 00-66-1115 YN BODY AND STRUCTURAL WARRANTY BME Fire Trucks, LLC. shall warrant each new apparatus body, if used ina normal and reasonable manner, against structural defects caused by defects in material, design or workmanship for a period oft ten (10): years, covering parts & labor to the original purchaser which shall start on day of acceptance. This warranty shall not apply to: Normal maintenance services or adjustments Toany vehicle which willl have been repaired or altered outside of our factory in any way so as, in the judgment of BME Fire Trucks, LLC., to affect it's stability, nor which has been subject to misuse, negligence, or accident, nor to any vehicle made by us which willl have been operated to: a speed exceeding the factory rated Commercial chassis and associated equipment furnished with chassis, signaling devices, generators, batteries, or other trade accessories as they are usually Shipping costs of parts or apparatus for purposes of repair or replacement of parts. This warranty is in lieu of all other warranties, expressed or implied. All other representations as to the original purchaser and all other obligations or liabilities, including for incidental or consequential damage on the company's speed, or loaded beyond the factory rated load capacity, warranted separately by their respective manufacturers. behalfunless made in writing by the company. DARLEY FIRE PUMP WARRANTY One(1) 00-67-1410 YN A three (3) year warranty on the Darley fire pump shall be provided. The provisions of this warranty shall be described in the completed apparatus documentation. One(1) 00-67-1620 Y_N 181of PLUMBING WARRANTY The stainless steel fire] pump plumbing shall carry a ten (10); year parts and labor warranty against defects in workmanship and perforation corrosion. One (1) 00-67-1800 YN AKRON VALVE WARRANTY The Akron valves shall carry a ten (10) year parts and labor manufacturer's warranty. Provisions of this warranty shall be provided with the completed apparatus documentation. WATERT TANK WARRANTY One (1) 00-68-1101 YN The polypropylene water tank that is specified to be supplied with this apparatus shall be warranted by the water tank manufacturer for a "lifetime" period from the date that the apparatus is put into service. The tank manufacturer shall repair, at no cost to the purchaser, any problems caused by defective materials and/or workmanship. The warranty shall cover the reasonable costs of removing the water tank from the apparatus and reinstalling it after the completion of the covered warranty repairs, but shall not cover any liability for the loss of service or downtime costs ofthe apparatus. FOAMTANK WARRANTY One (1) 00-68-2110 YN The foam tank shall carry a' "lifetime" warranty against defects in workmanship and perforation corrosion. The provisions of this warranty shall be provided in the delivery documentation. The tank manufacturer shall repair, at no cost to the purchaser, any problems caused by defective materials and/or workmanship. The warranty shall cover the reasonable costs of removing the water tank from the apparatus and reinstalling it after the completionofthe covered warranty repairs, but shall not cover any liability for the loss of service or downtime costs oft the apparatus. One (1) 00-69-5210 Y_N PAINTY WARRANTY BME Fire Trucks, LLC. shall provide a seven (7)year paint warranty which shall cover peeling and/or de-lamination oft the top coat and other layers of paint, cracking or checking, loss of gloss caused by cracking, checking or chalking, and any paint failure caused by defective paint materials covered by the paint manufacturer's material warranty, One (1). 00-70-1055 YN CHASSIS WARRANTY The specified chassis shall be provided with the chassis manufacturer's warranty. The exact provisions of this warranty shall be supplied with the completed apparatus documentation. 182of Two (2) 00-75-1405 YN APPARATUS OPTRATIONMANUALS) manual(s) on aUSB thumb drive. BME Fire Trucks, LLC. shall provide (2) electronic apparatus operational One(1) 01-14-1015 YN CHASSIS! SPECIFICATIONS-RAM5500 EXTERIOR Monotone Exterior Colors: Flame Red Clear-Coat Exterior Paint Wheels: 19.5-Inch x 6.0-Inch Steel Wheels Tires: 225/70R19.5G Frt All-Position, Rear Traction Tire Additional Exterior Features: Monotone Paint INTERIOR Interior Colors: Black /I Diesel Gray Interior Colors Six-Passenger Seating: Heavy-Duty Vinyl 40/20/40 Split Bench Seat Entertainment: Uconnectag 3.0 Safety & Security Systems: Trailer Brake Controller Safety & Security Systems: Tire Pressure Information System Safety & Security Systems: ParkView Rear Back-Up Camera Restraint Systems: Red Seat Belts Locks & Keys: Remote Keyless-Entry VSIM- Vehicle Systems Interface Module Heavy-Duty Front Suspension Group Cold Weather Group Electrical Accessory Group Max Tow Package POWERTRAIN PACKAGES Engine: 6.7L 16 Cummins Turbo Diesel Engine GVWR Packages: GVW Rating - 19500 Pounds Transmissions: 6-Speed Automatic Aisin AS69RC HD Transmission 183of Gear Ratios: 4.89 Rear Axle Ratio Alternators: 220-Amp Alternator Dual-Alternators: Rated at 440 Amps Exhaust Systems: Manual DPF Regeneration Additional Mechanical Features: Engine Block Heater Additional Mechanical Features: Transfer Case Skid-Plate Shield Additional Mechanical Features: Voltage-Monitoring Auto-Idle-Up System One(1). 02-71-1100 YN CABS SEATING AND WEIGHT ALLOWANCE Av warning label shall be installed in the cab to indicate seating positions. One (1) 02-71-3100 YN LABELS.STANDARD PACKAGE SET A standard set of labels shall be provided and installed on the inside of chassis cab area. The labels shall contain the required information based on the applicable components for the apparatus. One (1) 02-71-3110 Y_N DATAPLAQUE A data plaque shall be provided and installed on the inside of the cab The data plaque shall contain the required information based on the applicable components for the apparatus: Engine oil Engine coolant Chassis transmission fluid Drive axle lubricant Power steering fluid Pump, generator, or other component lubrications Other NFPAS applicable fluid levels or data as required Paint manufacturer, type, and color number Tire Speed Ratings One (1). 02-71-3115 Y DATAPLAQUE following information. A data plaque shall be provided and installed. The plaque shall contain the Pump make and model GPM capacity rating Truck serial and production number 184of Pump performance (specific GPMs at rated pressures with engine RPM) Governed engine RPM Pump gear ratio One(1) 02-71-3300 YN WARNINGLABEL. - NO RIDING ON REAR A warning label stating: WARNING: DONOT RIDE ON REARSTEP WHILE VEHICLE IS IN MOTION. DEATH OR SERIOUS INJURY MAY RESULT" shall be installed on the rear of the apparatus. The label shall be applied to the vehicle at the rear step area. The label shall warn personnel that riding in or on these areas, while the vehicle is ini motion, is prohibited. One( (1) 02-71-3501 YN WARNINGLABEL. - OCCUPANT SEATED AND BELTED Ay waring label for occupants seated to be belted shall mounted in a location visible to all occupants of the cab. The label shall meet FAMA07 standards. Label shall read "Crash hazard occupants must be seated and belted when vehicle is in motion. Use only OEM approved belts. Unbelted occupants are at greater risk ofinjury or death in a crash." WARNING LABEL - SIREN NOISE One (1) 02-71-3511 YN A warning label for siren noise (will/shall) be located inside driver cab door. Label shall read, "Sirens produce loud sounds that may damage hearing. Roll up windows. Wear hearing protection. Use only for emergency response. Avoid The label shall comply withl FAMA42 standards. exposure to siren sound outside of vehicle. One(1) 02-71-3512 YN WARNING LABEL - HELMET WORNINCAB A warning label for wearing helmet in cab shall be located visible from each seating location. The label shall comply with FAMA43 standards. The label shall read, "Cash Hazard. Do not wear helmet while seated unless necessary during suppression operations. Serious head or neck injury may: result AIR FILTER EMBER PROTECTION SCREEN WARNING LABEL A warning label, stating: "THIS VEHICLE HAS AN AIR INTAKE EMBER SCREEN WHICH REQUIRES PERIODIC INSPECTION & CLEANING" from helmet use in cab. Failure to comply may injure or kill. One(1) 02-71-3900 YN shall be provided and installed in the apparatus cab interior. One (1) 02-71-3910 YN 185of FRESH AIR EMBER SEPARATOR WARNINGI LABEL A waring label, stating: "THIS APPARATUS IS EQUIPPED WITH A CAB FRESH AIR INTAKE EMBER PROTECTION SCREEN. ROUTINE INSPECTION IS REQUIRED." shall be provided and installed in the apparatus cab interior. One(1) 02-71-4110 Y MANUFACTURER LOGO oft the apparatus. The apparatus shall include a BME logo plaque which shall be affixed at the rear One (1) 02-73-9360 YN CUSTOMCUSTOM FABRICATED BUMPER A front custom fabricated front bumper shall be made and installed. The bumper shall have mounting provisions for two (2) LED lights on either side of bumper. The bumper shall also have cutouts and mounting provisions for up to two (2) siren speakers. The front bumper shall be made of steel and shall be painted or powder coated satin black. One(1) 02-73-9380 Y CISTOMIPABRICATED REAR BUMPER The rear bumper shall be a custom made BME steel bumper. The bumper shall contain tow eye provisions, aj rear access step, license plate, DOT lighting and be caoted in black Dura-Bak coating. CABSTEPS RUNNING BOARDS One(1) 02-79-4700 YN A set ofBME custom made running boards shall be installed under the front and rear driver side and passenger side cab doors. The steps shall be made of steel and be powdercoated satin black. CAB DOOR REFLECTIVE PANELS One (1) 02-80-1600 YN The cab doors shall include reflective trim installed inside each door. One(1). 02-81-0155 One(1) 02-88-3150 YN YN Forward Facing SCBA Crew Seats AUXILIARY OFF ROADLIGHTS (1) pair(s) of Rigid brand, Pro Light, 502513, 12 volt lights shall be mounted. AIR FILTER EMBER PROTECTIONSCREEN AND WARNINGLABEL The lights shall feature pro specter diffused flood optics. One(1) 02-88-4100 YN 186of The chassis air intake shall be protected by an ember guard of 18 Mesh, 0.017- inch wire diameter, and a maximum mesh opening of 0.039 inches. The ember guard shall be sized to fit and located at the intake opening. The screen shall be readily accessible for inspection and maintenance. One( (1) 02-88-4200 YN EMBER SEPARATOR - FRESH AIR INTAKETOCAB The cabin air filter shall be protected by an ember guard with a maximum mesh opening of0.039 inches. EMBER SEPARATOR One(1) 02-88-4300 YN The final stage manufacturer shall install a stainless steel ember separator within the auxiliary fire pump engine air intake system. OEM TINTED CAB WINDOWS One(1) 02-88-6115 YN The cab windows shall remain as tinted by the OEM chassis manufacturer for UV resistance only, no aftermarket tinting shall be done. One( (1) 02-88-7120 YN FUELTANK PICKUPTUBE The O.E.M fuel tank shall have an additional pickup installed to supply fuel to the auxiliary pump engine. Its shall be routed from the chassis fuel tank to the pump engine. Any chassis fuel system modifications shall be fully compliant All fuel lines shall be loomed, "grommeted", and firmly clamped inj position to prevent chafing or damage and all synflex fuel hoses shall be wrapped with fire wrap lagging capable ofwithstanding temperatures in excess of250°C. The fuel tanks and lines shall be protected as necessary from exhaust heat through the use of heat shields or baffles. Only metal fasteners, coated or insulated for maximum fuel line protection shall be used.. TIRE PRESSURE INDICATOR SYSTEM CARB regulations, CVC and FMVSS. One( (1) 02-88-8100 YN. There shall be a tire pressure indicator at each tire's valve stem on the vehicle that shall indicate if there isi insufficient pressure in the specific tire. Four (4) 02-88-9515 YN TIRE REPLACEMENT The factory tires shall be replaced with four (4) Continental MPT81 335/80R20 Tires. One(1) 02-88-9530 YN SUSPENSIONI LIFTKIT 187of There shall be a suspension lift kit installed to give the required tire clearance needed. One(1). 02-88-9555 One(1) 02-88-9575 YN YN No aftermarket chassis skid plates shall be supplied. FRONTI FENDER FLARES There shall be fender flares installed on the front fenders oft the apparatus. The flares shall cover the extended track of the the front tires. Four (4) 02-88-9620 YN WHEELS apparatus. There shall be four (4) aluminum 20" wheels provided and installed on the One( (1) 08-15-1810 YN PORTABLE PUMP A Darley 1-1/2AGE 24K portable pump shall be provided on the apparatus. The unit shall have al liquid cooled, 24) HP, Kubota D902 diesel engine equipped with an electric start. Pump Performance 20 gpm @: 310 psi 140 gpm @ 145 psi 180 gpm @ 80 psi Diesel Engine Fuel Supply Kubota, D902 Diesel, water-cooled, 24 hp. The engine shall be piped to the chassis fuel system with provisions to prevent fuel drain back to the tank when the engine is shutdown. Fuel Prime Ai fuel re-prime pump shall be provided to assist in fuel delivery to the diesel engine from the chassis tank. Lubrication Pressure feed with spin-on filter. Starter Exhaust 12-volt electric wired into the chassis battery system As spark arrestor shall be provided on the engine exhaust system. 188of Air Intake An air cleaner shall be provided with easy access to remove the element. An ember screen shall be provided on the inlet to the air cleaner. One (1) 08-20-5300 YN DUALI DARLEYDELUXEI PANELS The auxiliary pump shall be controlled by a dual Darley, Deluxe panel set up. One panel shall be located on the pump panel and one panel shall be located in the cab console. One(1) 08-20-6010 YN ELECTRIC PRIMER SPECIFICATIONS A12volte electrically driven positive displacement fire pump primer system shall be installed. The priming pump shall be constructed of heat treated aluminum and hard coat anodized and shall not use oil in the operation. The system shall perform in compliance to applicable NFPA standards. One(1) 08-20-6125 YN PRIMER CONTROL Thej pump primer shall be activated by aj push button located on the Darley pump control panels, one on the pump panel and one on the cab center console. PUMP PERFORMANCETIST ANDCERTTICATION One(1) 10-01-1220 YN Upon completion, the apparatus shall undergo a complete pumping test that conforms to the requirements ofNFPA Standard 1900(latest edition) for thes size and type of pump provided. The test shall consist of a continuous one-halfhour test pumping at rated capacity and rated net pump pressure, a vacuum test oft the primer system and plumbing, a tank discharge flow test and aj pressure test oft the The chassis engine and transmission, the pump and other components of the apparatus shall show no undue heating, leaks, or other defect. The results of the test shall be documented to establish the performance of the apparatus and to further insure that the unit shall perform satisfactorily when plaçed into service. The test results shall be certified in writing, with the certification provided to the purchaser for their records at the time of delivery oft the completed apparatus. apparatus piping. One( (1) 10-09-1300 YN AUXILIARY PUMP PLUMBING The auxiliary fire pump plumbing system shall utilize stainless steel piping incorporating hosing to allow for flex. The piping shall utilize TIG welding to provide a complete seal. Hard angles shall be avoided when possible to improve water flow characteristics. The piping: shall utilize Victaulic couplers whenever possible to allow flex as the body module flexes. 189of Threaded sections of piping shall be avoided to reduce the leak potential oft the system. Victaulic couplers shall be used inj place oft threading to reduce leak potential. Schedule 10 stainless steel piping shall be used for transport type piping. Schedule 40 stainless steel shall be used for areas requiring threading to provide a stable threading base. Brackets shall be installed to support threading All hoses shall be connected directly to the tank due to the different flex ratios ofthe tank to body. Any front discharges, any rear discharges, and all cross lays shall use hose to reach the actual discharge. The use of hose shall be utilized due to the difference in flex or movement between the discharge locations thereby reducing the potential for leaks. location and the pump.connection. One(1) 10-15-1105 YN One (1) Akron 8810 series swing-out style valve(s) shall be supplied and installed. All valves shall be designed to operate under normal conditions up to 500 PSI and shall have dual seats to work in both pressure and vacuum environments. All valves and controls shall be easily accessible for service, repair or replacement. One(1) 10-15-1115 Y One (1) Akron 8820 series swing-out style valve(s) shall be supplied and installed. All valves shall be designed to operate under normal conditions up to 500 PSI and shall have dual seats to work in both pressure and vacuum environments. All valves and controls shall be casily accessible for service, repair or replacement. One(1) 10-15-1120 YN One (1) Akron 8825 series swing-out style valve(s). shall be supplied and installed. All valves shall be designed to operate under normal conditions up to 500 PSI and shall have dual seats to work in both pressure and vacuum environments. All valves and controls shall be easily accessible for service, repair or replacement. One (1) 10-15-1210 YN One (1) Akron 8815 series swing-out style valve(s) shall be supplied and installed. All valves shall be designed to operate under normal conditions up to 500 PSI and shall have dual seats to work in both pressure and vacuum environments. All valves and controls shall be casily accessible for service, repair or replacement. One (1) 10-15-1255 Y_N One (1) Akron 8825 series swing-out style valve(s) shall be supplied and installed. All valves shall be designed to operate under normal conditions up to 500 PSI and shall have dual seats to work in both pressure and vacuum environments. All valves and controls shall be easily accessible for service, The specified valve shall have a direct actuated local' control Akron Model repair or replacement. TSC valve handle. One( (1) 10-20-0060 One(1) 10-20-0060 YN YN 190of The: specified valve shall have a direct actuated 'local" control Akron Model TSC valve handle. One(1). 10-20-0060 One (1) 10-20-1110 One (1) 10-20-1110 One (1) 10-80-2100 YN The specified valve shall have a direct actuated 'local' control Akron Model TSC valve handle. YN The valve shall be equipped with a Thuemling manually operated pull rod, with quarter-turn locking feature. quarter-turn locking feature. YN The valve shall be equipped. with a Thuemling manually operated pull rod, with YN AUXILIARYI PUMP EXHAUST SYSTEM The auxiliary fire pump and engine assembly shall have a muffler and exhaust pipe. The exhaust pipe shall be directed out of the compartment and away from the pump operator. An additional guard shall be installed where the pipe is exposed to touch by an operator. One (1) 10-80-4400 YN. LOW PRESSURE PUMP SHUT-DOWN Ifthe fire pump runs out of water and the pressure decreases below 20 PSI, an automatic pressure switch shall detect the condition, and turn offthe fire pump LOW OIL PRESSURE/HIGH TEMPERATURE, PUMP SHUT-DOWN If the fire pump has low oil pressure or high engine temperature, automatic pressure switches shall detect the condition, and the device shall turn off the fire pump operation. There shall be an override switch provided and installed on the operators pump panel to allow the system to be disabled when required. operation. One(1) 10-80-4410 YN One_(1). 10-80-5300 YN AUXILIARY FUELSYSTEM The fuel system for the auxiliary fire pump shall be plumbed to the chassis fuel system. There shall be a separate fuel pickup tube mounted in the chassis fuel tank specifically for a separate engine driven pump assembly. There shall be an electric fuel pump with regulator and fuel hose furnished between the chassis AUXILIARY FIRE PUMP ELECTRICSTART WIRINGTOCHASSIS Properly sized 12 volt positive and negative cables shall be provided from the fuel tank and the auxiliary pump. One(1) 10-80-6100 Y_N chassis battery to the auxiliary fire pump. One(1) 10-81-8100 YN 191of AUXILIARY PUMP WARNING ANDI INSTRLCTIONLABEIS The auxiliary fire pump installation shall have operating instruction and warnings as required by applicable sections of NFPA standards on the pump panel ori in the cab. One (1) 10-81-8400 YN AUXILIARY PUMP OIL DRAIN EXTENSION There shall be an oil drain extension installed on the auxiliary pump. This will allow for the engine oil to be drained without removing the auxiliary engine. One (1) 11-03-1100 YN 2-1/2" GATED INTAKE - REARLEFT One(1)2-1/2" gated suction intake shall be installed on rear left areaofapparatus to supply the fire pump from an external water supply, The valve shall be a quarter-turn ball valve and shall have 2-1/2" NH female thread with removable screen. The plumbing to the intake shall be with full flow flexible hose or piping with" Victaulic couplings. Thec color coded label shall bei installed near the control handle, One(1) 11-07-1100 One(1) 11-10-3250 YN One (1) chrome brass 2-1/2" NH rocker lug plug with a securing chain or cable shall be installed on the intake. YN WATER TANK SUPPLYLINE TO FIRE PUMP A2.5" water tank toj pump line shall bei installed witha2.5"1 full flow quarter turn ball valve and 2.5" piping. The line shall be equipped with a hump hose with stainless steel hose clamps. PUMPTOTANK One(1) 11-20-2050 YN One (1).1.5" pump to tank line shall be installed witha1.5" full flow quarter turn controlled ball valve and 1.5" piping. 2'DISCHARGE- - REAR One( (1) 12-09-1105 YN One (1)2" discharge shall be installed on the rear panel right side, controlled by ac quarter turn ball valve on pump panel. The discharge shall have 2" NPTx 1- 1/2" NH male hose threads and nameplate label adjacent the valve control handle. One(1) 12-22-2100 One(1) 12-31-2210 YN One (1) chrome plated brass 1.5") NH rocker lug cap with a securing chain or cable shall be installed on the discharge. YN HOSE REEL 192of One (1) Hannay aluminum hose reels shall be installed. The reel shall have leak proof ball bearing swing joint, adjustable friction brake, electric 12 volt rewind provisions. The reel shall be plumbed with wire reinforced, high-pressure hose coupled with brass fittings. The reel shall be designed to hold 125% of the The reel shall be provided with a 1/3 HP 12 volt electric motor: for rewinding the specified hose capacity. hose back on to the reel, HOSE REEL) DISCHARGE high pressure hose. One (1) 12-31-6150 Y_N (1) 1" discharge shall be piped from the fire pump to the hose reel with flexible One(1) 12-32-2100 One (1) 12-32-2700 One (1) 12-32-5005 One(1) 12-32-6400 YN One (1) push button, hose reel rewind control shall be installed adjacent the hose reel area. YN YN YN The hose reel(s) and hose shall be equipped with 1"I NPSH hose threads. NO--Nozzle Mounting HOSE REEL ROLLERS steel roller assembly. Thel hose reel(s) shall bej provided witha al Hannay captive type four sided stainless One (1) 14-05-2110 YN REAR MOUNT PUMP ENCLOSURE The rear mounted fire pump and plumbing enclosure shall be located aft of the water tank and between the: side compartments. Thej pumpn module shall forallow independent flexing of the pump area from the body, chassis, tank, and shall permit quick removal. PUMP PANELI MATERIAL One (1) 14-25-4105 YN There shall bea arear mounted pumpi panel constructed ofs stainless steel, the pump controls and inlets/outlets shall be on the left side of the pump panel, while the right side shall feature a vertically hinged access door to the front of the Aux pump motor, The door shall have venting for the radiator and fasten with two thumb latches. One(1) 14-30-0550 Y MASTER PRESSURE GAUGE One (1) pressure gauge shall bej provided on the operator's panel. The gauge shall 193of be a Span brand, or equivalent, 30-0-600 PSI graduated, with a minimum diameter of2-1/2", backlit for nighttime operations and silicone liquid filled to prevent condensation inside the gauge and to dampen the movement. The gauge housing shall be constructed of Zytel nylon with a 1/4" NPT brass male fitting centrally located on thei rear ofthe housing. The gauge shall be filled with low-temperature liquid with an operating range of -40 to +150 degrees Fahrenheit, which prevents bouncing of the readout needle and provides for an accuracy rating of 3% or 1" hg on the vacuum side and 5% or 15 PSI on the pressure side of the gauge. One (1) 14-30-3100 YN TESTTAPS Test taps for pump intake and pump pressure with name plate labels shall be provided on the pump instrument panel. LED bulb in a water-resistant holder. One (1) 14-30-4100 One( (1) 14-30-4600 One(1). 14-30-5100 One(1). 14-40-1100 YN Gauge(s) shall include internal, back-lit 12 volt lighting. Replaceable, White, YN Y_N YN Gauge(s) shall be supplied with a white dial face with black lettering and black gauge marks. Gauge bezel shall be Chrome in color. WATERTANK GAUGE One (1) Fire Research TankVision model WLA300-A00-S20 tank gauge shall be installed on the pump panel. The water tank indicator kit shall include an electronic indicator module, aj pressure sensor, and a 10' sensor cable. The indicator shall show the volume ofwater in the tank on nine (9) easy to see super bright LEDs. One(1) 14-40-4215 One(1) 14-45-1210 YN The specified level gauge shall be active anytime the chassis battery switch is turned on. YN NOMENCLATURE PLATES The apparatus shall be equipped with color coded labels. The labels shall be furnished for discharges, intakes, and for other controls and indiçators. All labels shall be in English format. PUMP PANELLIGHT SHIELD One( (1) 14-45-2460 YN 194of There shall be one (1): stainless steel light shield assembly provided and installed above the pump panel area. There shall be TecNiq LED light(s) installed within the shield. One( (1) 20-01-1305 YN DESIGN AND SCOPE- EXTREME TYPE6 The body shall be designed and constructed of commonly available structural components for ease of repair and maintenance. The body shall be ofai modular design with the body structure independent of the chassis frame rails. The body module shall be mounted to the chassis frame rails utilizing a unique double spring mounting system for flexibility and durability over the lifetime of the apparatus. The fabrication of the body shall be of welded construction to The body shall be designed to incorporate and support the tank, compartments, and all other equipment intended to be: stored in or mounted to the body module. The body skeleton and compartment framework shall be designed of tubular members for increased strength and stress resistance. There shall be no sheet metal or extrusions utilized in the foundation or structural components of the body module due tot their critical rolei in assuring lifetime durability,finmctionally withstand the rigors of fire service use. and usability. One (1) 20-02-1100 YN BODYFRAMEWORK The entire body framework shall be fabricated of 6061-T6 aluminum architectural style tubing. The body framework shall be a completely welded unit, forming a connected, stable frame for strength, longevity and providing the skeleton of the body module. The internal upright members of the framework shall act as support for the top layer of the body module. The external upright members shall act as an exoskeleton providing form and support for compartments while acting as the external surfaces of the module. The framework shall define the compartment openings and provide a rigid mounting The foundation cross-members. shall bej placed perpendicular to the chassis frame rails in the wheel well area extending the full width of the body and shall be constructed of 3 inch high x 2 inch wide X 250 inch tubing. The foundation members parallel to the chassis frame rails shall be constructed of3 inch square x.250 inch tubing and shall connect the foundation cross members and extend All tank support cross members shall be placed to support the water tank as per the tank manufacture'sr recommendation. These supports shall be constructed of 3i inch high x 2 inch wide x. .250 inch aluminum tubing. The tank support angles shall be constructedof4inch; x 4i inch x. .250inch thick anglesands shall be placed at the tank sides parallel to the chassis frame rails to provide lateral support for location for all compartments and doors. the full length ofthe body. the tank and protection from debris from the wheels. 195of The internal upright supports for any ceiling and top component shall be placed to provide support for all components and shall be constructed of aluminum tubing measuring 2 inch square X .250 inch wall thickness. All front to rear connecting members shall be 3 inches high x 2 inches wide X .125 inch wall thickness and shall be placed in between the interior upright support members to provide rigidity, stability and support to all top layer components. All gussets shall be constructed of2 inches high X 3 inches wide x 250 inch thick plate which shall be placed on the top and bottom of the foundation cross members where they intersect with the exterior members. BODY MOUNTING SYSTEM One(1) 20-03-1100 YN The mounting assembly shall be designed to isolate and protect the body module from vibration and twisting stresses imparted by the flexing oft the chassis frame rails. The body module shall employ spring loaded body mounting assemblies. Each two picce mounting assembly shall be designed to positively position the body on the frame rails while preventing lateral and forward or aft movement. Mounting assemblies shall be placed forward and rearward of the rear axle as necessary to provide a strong and stable mounting ofthe body module, Eachi mounting assembly shall consist ofa "male" upper mounting bracket and a "female" lower mounting bracket. One(1) 20-04-1200 YN BODY MATERIAL All materials utilized shall be of the correct type, alloy, and thickness to withstand the intended usage and provide protection against cracking, corrosion or metal fatigue. The body compartments shall be fabricated using .125 inch 5052-H32. aluminum for most compartments unless otherwise stated. Any use of proprietary parts or materials in the construction of the body shall be unacceptable, due to potential delays or difficulties in an event of future repairs All external upright supports for integral compartments shall incorporate a second set of upright supports constructed of3 inch wide x 2 inch deep x .250 inch wall thickness and shall be located outboard of the internal upright supports to provide a rigid structure for the compartments to be mounted to. The compartment openings shall be constructed of3 inch high x 2i inch wide x.125 inch wall thickness cross members and shall be placed in between the external upright supports to define the openings ofall enclosed body compartments again, or when service becomes necessary. providing a rigid mounting location for compartments. COMPARIMENTILOOR-SWEEP OUTSTYLE One (1). 20-04-1291 YN Each compartment shall feature a raised floor sufficient enough so the lip of the compartment shall clear the frame rail of the body module to allow debris to be removed easily from the compartment. A hat shaped support shall be placed under the floor to improve stability and prevent bowing ofthe floor with use and age. One(1) YN 196of 20-04-1300 COMPAKIMIENTATON All compartments shall be constructed of smooth aluminum and welded for strength and shall be sealed from the elements. The compartments shall be attached to the aluminum superstructure only, in order to maintain a truly modular design. Each compartment shall include ventilation louvers which shall be provided on each side panel of the compartment to maximize moisture evacuation for the protection of the equipment and the compartment itself. Louvers shall be placed in the ventilation holes toj prevent debris transfer to and from the inside of the body module. Each compartment shall feature a smooth edges and surfaces from the walls to each weld without sharp edges in the material. One(1) 21-01-0201 One(1) 21-01-0205 One( (1) 21-01-0210 YN YN YN Square Body Sawtooth Package DRIVER'S SIDE BODYCOMPARIMENTS COMPARTMENTDI One full height compartment shall be provided on the driver's side of the apparatus body, forward of the rear wheels. Approximate "clear door opening" compartment dimensions: 23.5" widex 41.5" high x 21" deep. One( (1) 21-01-0215 YN COMPARTMENTD? One horizontal compartment shall be provided above the rear wheel well on the driver's side of the apparatus body. Approximate compartment "clear door opening" dimensions: 42" wide x 21.5" high x 21" deep. One (1) 21-01-0220 Y COMPARTMENTD3 One compartment shall be provided on the driver's side of the apparatus body aft oft the rear wheels. Approximate compartment "clear door opening" dimensions: 29" wide x 41.5" high x21" deep. One(1) 21-01-0225 One (1) 21-01-0230 YN YN PASSENGER SIDE BODY COMPARIMENTS COMPARTMENTPI One full height compartment shall be provided on the passenger's side of the apparatus body forward of the rear wheels. Approximate compartment "clear door opening" dimensions: 23.5" wide: x 41.5" high x 21" deep. One (1). 21-01-0235 YN COMPARTMENTP? 197of One horizontal compartment shall be provided above the rear wheel well quarter panel on the passenger's side oft the apparatus body, Approximate compartment "clear door opening" dimension: 42"wide: x 21.5" high x 21" deep. One( (1) 21-01-0240 YN COMPARTMENTP3 One-compartment. shall bej provided on the passenger's side ofthe apparatus body aft of the rear wheels. Approximate compartment "clear door opening" dimensions: 29" wide x 41.5" high x 21" deep. One(1) 21-01-0250 YN COMPARTMENTEL The walls in between D2 and D3 shall be removed for long handle tool storage. There shall be a door on the rear tail panel approximate clear door opening of 14.5"Wx2 25"H to access the compartment. *** Square Sawtooth Top Boxes' *** One(1). 23-73-0500 One(1) 23-73-0510 YN YN TOP OF BODY COMPARTMENT- LARGE FRONT3 COMPARTMENT There shall be a compartment mounted on top ofthe body, the compartment shall feature three separate compartments. each with its own door. The outside compartment doors shall open from the outer edge up and towards the center of the vehicle, while the large center compartment shall open up and towards the front of the vehicle. There shall be a vertical grab handle on each front corner of the box to aid in climbing the front of the body. The side compartments shall have an approximate clear door opening of 16 1/2" inches wide by 42" long, The depth shall be approximately 16".The center compartment shall have an approximate clear door opening of 42.5" wide by 42" long. The center compartment shall also be approximately 16" deep. One(1) 23-73-0570 One(1) 24-03-1400 YN YN NO-- Secondary Upper Box WHEELWELLPANELCONSTRUCTION The outer wheel well panel shall be an integral part of the overall body design and constructed ofa aluminum. It shall be welded in to place. The exterior wheel well area shall be painted to match the body. One (1) 24-04-1300 YN FUELFILLACCESS A Cast Products aluminum enclosure with hinged access door shall be installed in the driver's side wheel well area to accommodate the fuel fill assembly. One(1) 24-04-1410 YN DIESEL EXHAUSTFLUD FILLACCESS 198of The factory DEF fill access shall be located inbetween the cab and the body, the fill shall bel held inj place by either an OEM or BME made bracket. FRONT OF BODY - PROTECTIVE SURFACE One (1) 24-08-1115 YN The entire front of the apparatus body shall include a protective surface, constructed of aluminum tread plate material. The panels shall be painted or powder coated satin black. REAR BODY PANELS One( (1) 24-08-3400 YN The entire rear of the apparatus body shall be painted apparatus color. OUTER REAR BODY PANELS- - PROTECTIVE COVERING The rear outer panels of the body shall have protective surfaces installed on the corners. The protective covering shall be constructed of polished stainless steel TOP OF BODY COMPARTMENTS -- PROTECTIVE SURFACES The top oft the side compartments shall have a protective surfaces installed. The surface shall be constructed of aluminum diamond plate and coated in black One(1) 24-08-4205 YN material. They shall be painted or powder coated satin black. One (1) 24-08-5105 YN Dura-Bak coating for slip resistance. COMPARTMENT VENTILATION One (1) 24-09-1200 YN A minimum 2-inch single "Weber" style polished stainless steel swivel vent with four (4) %-inch vent holes shall be provided. These vents shall have a stainless steel center bolt to lock the vent in either the open or closed position and be located in the compartment walls, All vents will contain fire resistant filters to minimize dust entering the compartment. COMPARTMENT VENTILATION One (1). 24-09-1200 YN Am minimum 2-inch single "Weber" style polished stainless steel swivel vent with four (4) %-inch vent holes shall be provided. These vents shall have a stainless steel center bolt to lock the vent in either the open or closed position and be located in the compartment walls. All vents will contain fire resistant filters to minimize dust entering the compartment. COMPARTMENT VENTILATION One (1). 24-09-1200 YN A minimum 2-inch single "Weber" style polished stainless steel swivel vent with four (4) -inch vent holes shall be provided. These vents shall have a stainless 199of steel center bolt to lock the vent in either the open or closed position and be located in the compartment walls. All vents will contain fire resistant filters to minimize dust entering the compartment. COMPARTMENT VENTILATION One(1) 24-09-1200 YN Ar minimum 2-inch single "Weber" style polished stainless steel swivel vent with four (4) %-inch vent holes shall be provided. These vents shall have a stainless steel center bolt to lock the vent in either the open or closed position and be located in the compartment walls. All vents will contain fire resistant filters to minimize dust entering the compartment. COMPARIMENTVENTILATION One (1) 24-09-1200 Y Aminimum 2-inch single "Weber" style polished stainless steel swivel vent with four (4) %-inch vent holes shall be provided. These vents shall have a stainless steel center bolt to lock the vent in either the open or closed position and be located in the compartment walls. All vents will contain fire resistant filters to minimize dust entering the compartment. COMPARTMENT VENTILATION One (1) 24-09-1200 Y A minimum 2-inch single "Weber" style polished stainless steel swivel vent with four (4) W-inch vent holes shall be provided. These vents shall have a stainless steel center bolt to lock the vent in either the open or closed position and be located in the compartment walls. All vents will contain fire resistant filters to minimize dust entering the compartment. COMPARIMENTPIOOK DRAIN One(1). 24-09-3100 YN The compartment shall be provided with rear corner floor drains to the underside oft the body. One(1) 24-09-3100 YN COMPARTMENT FLOOR DRAIN The compartment shall be provided with rear corner floor drains to the underside oft the body. One (1), 24-09-3100 YN COMPARIMENT FLOOR DRAIN The compartment shall be provided with rear corner floor drains to the underside ofthe body. One(1) 24-09-3100 YN COMPARIMENTFIOOR DRAIN 200of The compartment shall be provided with rear corner floor drains to the underside oft the body, One (1) 24-09-3100 YN COMPARTMENT FLOOR DRAIN The compartment shall be provided with rear corner floor drains to the underside of the body. One (1). 24-09-3100 YN COMPARTMENT FLOOR DRAIN The compartment shall be provided with rear corner floor drains to the underside of the body. Five (5) 24-12-1100 Y ALUMININUM- COMPARTMENT DOOR, HINGED OVERLAP Five (5) single, vertically hinged door shall be provide and fabricated from aluminum. The frame of the door shall be constructed of1.75" X 1.75"x.125" aluminum tubing to prevent corrosion and provide structural support. The spacing created by the frame tubing shall filled with Styrofoam for added support, dent resistance, insulation and noise reduction. The exterior surface shall be .125" aluminum for durability. The interior surface shall be .080" aluminum. There shall be no mechanical fasteners, such as bolt heads or rivets The exterior oft the door: shall overlap the opening of the compartment. A.75" lip shall be constructed around the opening of the compartment and the exterior of the door. A rubber seal shall be installed on the. .75" lip on both the compartment and the door to provide for a double seal against water and dust. The door shall be designed utilizing a D-ring style latch system. A 6" stainless stcel D-ring latch, large enoughto accommodate: a gloved hand, shall be mounted on the exterior oft the door. A stainless steel bezel shall be installed tol house and protect the D-ring locking mechanism. The easily serviced bezel shall be mounted utilizing stainless steel screws. The D-ring locking mechanism shall be ad double catch design. The first catch shall engage to secure the doori in the event ofimproper closure. The second catch shall seal the door from water and other The door shall be mounted using a stainless steel piano style hinge and a .25" diameter hinge pin for stability, The vertical hinge shall be mounted to the body frame with threaded inserts and stainless steel screws to preserve functionality Gas struts shall be utilized to hold the door in the open position and to prevent the door from slamming during closing. The gas struts shall be mounted directly to the door with a stainless steel bracket assembly for stability and ease of maintenance. The gas struts shall be mounted to the interior of the compartment on the inside or outside of the doors. elements once the door has been properly closed. and ease of maintenance in the event of damage. with a fully adjustable assembly. Two (2) YN 201of 24-12-1300 ALUMININUM = COMPARTMENT DOOR, LIFT UP HINGED There shall be two (2), horizontally hinged lift up door shall be fabricated of aluminum. The door shall feature an exterior surface which overlaps the opening oft the compartment. The exterior surface shall be. .125" aluminum for durability and damage resistance. The interior surface shall be .080" aluminum for structural support and overall appealing appearance of the compartment. The frame oft the door shall be constructedofl.75"x1.75'x.125" aluminum tubing to prevent corrosion and provide structural support. The spacing created by the frame tubing shalll be filled with Styrofoam foradded support and dent resistance, A.75" lip shall be constructed around the opening of the compartment and the exterior of the door. A rubber seal shall be installed on the .75" lip of both the compartment and the door toj provide for a double seal against water and dust. A rain gutter shall be mounted above the latch type door for an added third layer of The door shall be designed utilizing a D-ring latch system. A 6 inch stainless steel D-ring latch, large enough to accomodate a gloved hand, shall be mounted on the exterior of the door to allow the door to seal and fasten in the closed position. A stainless steel bezel shall be installed tol house and protect the D-ring locking mechanism. The easily serviced bezel shall be mounted utilizing stainless steel screws for added stability of the mechanism and ease of maintenance in the event of damage. The D-ring locking mechanism shall be of adouble catch design. The first catch shall engage to secure the doori in the event of improper closure. The second catch will seal the door to water and other The door shall be mounted with a: stainless steel hinge with .25" diameter hinge pin for stability. The horizontal hinge shall be mounted to the body frame with threaded inserts and stainless steel screws to preserve functionality with use or Gas struts shall be utilized to hold the door in the open position and to prevent the door from slamming during closing. The gas struts are mounted directly to the door with a stainless steel bracket assembly for stability and ease of maintenance. The gas struts shall be mounted to the interior of the compartment with fully adjustable assembly for ease of adjustment and maintenance while OVERLAP temperature insulation, and noise reduction. water protection. elements once the door has been properly closed. age and ease of maintenance in the event of damage. increasing stability. One( (1) 24-12-6410 Y N ALIMINUMTREADPLATE DOOR There shall be a drop down aluminum diamond plate door installed. Two (2) 24-14-1007 YN ALIMINUMTRLADPIATI DOOR 202of This compartment shall feature an aluminum diamond plate lid, the lid shall be coated in black Dura-Bak. One(1) 24-14-1009 YN AMMINUNTREADPIAT: DOOR This compartment shall feature an aluminum diamond plate lid, the lid shall be coated in black Dura-bak One (1) 24-17-5100 YN COMPARTMENT SILLPLATE The compartment shall feature a polished stainless steel sill plate protecting the painted surface ofthe compartment when items are accessed. One(1) 24-17-5100 Y COMPARTMENT SILLPLATE The compartment shall feature a polished stainless steel sill plate protecting the painted surface of the compartment when items are accessed. One(1) 24-17-5100 YN COMPARTMENTSILLPLATE The compartment shall feature a polished stainless steel sill plate protecting the painted surface of the compartment when items are accessed. One(1) 24-17-5100 YN COMPARTMENT SILLPLATE The compartment shall feature a polished stainless steel sill plate protecting the painted surface of the compartment when items are accessed. One(1). 24-17-5100 YN COMPARTMENT SILLPLATE The compartment shall feature a polished stainless steel sill plate protecting the painted surface of the compartment when items are accessed. One( (1) 24-17-5100 YN COMPARTMENT SILLPLATE The compartment shall feature a polished stainless steel sill plate protecting the painted surface of the compartment when items are accessed. Five (5) 24-18-2310 Two( (2). 24-18-2310 Five (5) 24-18-2420 YN YN YN The specified door(s) shall have al Polished stainless-steel D-ring door handle. The specified door(s) shall have al Polished stainless-steel D-ring door handle. The specified door(s) D-ring handles shall be equipped with manual key door locks keyed to use the 1250 key. 203of Two(2) 24-18-2420 One(1) 24-19-0100 YN The specified door(s) D-ring handles shall be equipped with manual key door locks keyed to use the 12501 key, YN DOOR LATCH The specified hinged door(s) shall be equipped with a sealed, black lever latch(es). Latch(es) shall be non-locking style. Two (2) 24-19-0100 YN DOORLATCH The specified hinged door(s) shall be equipped with a sealed, black lever latch(es). Latch(es) shall be non-locking style. Two(2) 24-19-0100 Y_N DOOR LATCH The specified hinged door(s) shall be equipped with a sealed, black lever latch(es). Latch(es) shall be non-locking style. One(1) 24-20-6000 YN REAR HANGINGI STEP A hanging type step shall be provided. It shall be constructed of structural steel plate and steel cable hangers with extruded grip strut installed on the stepping surface. The step shall be bolted directly to the chassis step. FOLDING STEP. -- DRIVERSSIDE FRONT Three (3) 24-21-2130 Y_N There shall be three (3) Innovative Controls black powder coated steps installed. The steps shall be a spring loaded design with an approx 8" by 6" stepping surface and feature al BME logo and anl LED light tol light up thes stepping surface. The step shall be installed on the front drivers side of the body. FOLDING STEP -) PASSENGER SIDE FRONT Three (3) 24-21-2170 YN There shall be three (3)) Innovative Controls black powder coated steps installed. The steps shall be a spring loaded design with an approx 8" by 6" stepping surface and feature a BMEI logo and an LED light tol light up the: stepping surface, The step shall be installed on the front passenger side of the body. FOLDING STEP - PASSENGER SIDE REAR Two (2) 24-21-2250 YN There shall be two (2) Innovative Controls black powder coated steps installed. The steps shall be a spring loaded design with an approx 8" by 6" stepping surface and feature a BMEI logo and anl LED light tol light up the: stepping surface. The step shall be installed on the rear passenger side oft the body. 204of Two (2) 24-26-5300 YN HANDRAILS vertically installed. HANDRAILS horizontally installed. WATERTANK CAPACITY Two (2) knurled type non-slip handrail, approximately 12" in length, shall be One(1) 24-26-5321 Y_N One (1) knurled type non-slip handrail, approximately 18" in length, shall be One (1). 28-01-1306 YN The water tank shall be a poly water tank with a capacity of300 gallons. The water tank shall be configured in a rectangular style with consistent widths One(1). 28-02-1100 One(1) 28-02-8000 Y_N on the sides from top to bottom. NFPACOMPLIANCE YN The water tank construction shall conform to applicable NFPA standards. One (1). 28-08-1300 YN TANKTO PUMP CONNECTION A3"PVC pipe shall be provided on the water tank for connection of the tank to the suction side of the pump with a flexible hump hose assembly. The tank suction valve and hump hose required to complete this connection shall be supplied by the final assembler. PUMPTOTANK CONNECTION One (1) 28-09-1300 YN A 2" connection shall be provided on the water tank for connection of the discharge side of the pump to the tank for filling purposes. The valves and hose required to complete this connection shall be supplied by the final assembler. One(1). 29-05-1110 Y_N CLASS A FOAMTANK SPECIFICATIONS The Class A foam tank shall have a capacity of 12 gallons. One(1) 29-45-1050 One(1) 29-50-1050 YN A3/4" PVC fitting shall be provided on the foam tank for connection oft the foam tank to the suction side oft the foam system. YN A3/4" diameter connection, piping, and gate type valve shall bei installed for the foam tank for draining purposes. 205of One (1) 35-01-1110 YN ADJUSTABLE UNISTRUT Adjustable Uni-Strut equipment mounting tracks shall be installed inside the compartment with two (2) channels on the left wall and two (2) channels on the: right wall. The tracks shall be positioned toj provide support for equipment mounting. The length oft the tracks shall be sized to allow for optimum use of the compartment interior. ADJUSTABLE UNISTRUT One (1) 35-01-1110 YN Adjustable Uni-Strut equipment mounting tracks shall be installed inside the compartment with two (2) channels on the left wall and two (2) channels on the right wall. The tracks shall be positioned toj provide support for equipment mounting. The length oft the tracks shall be sized to allow for optimum use of the compartment interior. ADJUSTABLE UNISTRUT One (1) 35-01-1110 Y Adjustable Uni-Strut equipment mounting tracks shall be installed inside the compartment with two (2) channels on the left wall and two (2) channels on the right wall. The tracks shall be positioned toj provide support for equipment mounting. The length oft the tracks shall be sized to allow for optimum use of the compartment interior. ADJUSTABLE UNISTRUT One(1). 35-01-1110 YN Adjustable Uni-Strut equipment mounting tracks shall be installed inside the compartment with two (2) channels on the left wall and two (2) channels on the right wall. The tracks shall be positioned toj provide support for equipment mounting. The length oft the tracks shall be sized to allow for optimum use of the compartment interior. ADJUSTABLE UNISTRUT One (1) 35-01-1110 YN Adjustable Uni-Strut equipment mounting tracks shall be installed inside the compartment with two (2) channels on the left wall and two (2) channels on the right wall. The tracks shall be positioned toj provide support for equipment mounting. The length of the tracks shall be sized to allow for optimum use of the compartment interior. ADJUSTABLEUNISTRUT One (1) 35-01-1110 YN Adjustable Uni-Strut equipment mounting tracks shall be installed inside the compartment with two (2) channels on the left wall and two (2) channels on the right wall. The tracks shall be positioned to provide support for equipment 206of mounting. The length of the tracks shall be sized to allow for optimum use of the compartment interior. ADJUSTABLE SHELE One(1) 35-10-0155 YN There shall be (1) adjustable shelf(ves) installed; and the shelf(ves) shall be constructed of .125" thick smooth aluminum plate and be mounted in the specified compartment with double bolt aluminum shelfbrackets. Thes shelf(ves) shall have a broken front edge, and a broken rear edge for added strength and reinforcement. One(1) 35-10-0155 YN ADJUSTABLE SHELE There shall be (1) adjustable shelf(ves) installed; and the shelf(ves) shall be constructed of .125" thick smooth aluminum plate and be mounted in the specified compartment with double bolt aluminum shelfbrackets. The shelf(ves) shall have a broken front edge, and a broken rear edge for added strength and reinforcement. One (1) 35-10-0155 YN ADJUSTABLE: SHELF There shall be (1) adjustable shelf(ves) installed; and the shelf(ves) shall be constructed of .125" thick smooth aluminum plate and be mounted in the specified compartment with double bolt aluminum shelfbrackets. The shelf(ves) shall have a broken front edge, and a broken rear edge for added strength and reinforcement. One (1) 35-10-0155 Y_N ADJUSTABLE! SHELF There shall be (I) adjustable shelf(ves) installed; and the shelf(ves) shall be constructed of .125" thick smooth aluminum plate and be mounted in the specified compartment with double bolt aluminum shelfbrackets. The shelf(ves) shall have a broken front edge, and a broken rear edge for added strength and reinforcement. One (1) 35-10-0155 YN ADIUSTABLESHELE There shall be (1) adjustable shelf(ves) installed; and the shelf(ves) shall be constructed of .125" thick smooth aluminum plate and be mounted in the specified compartment with double bolt aluminum shelfbrackets. Thes shelf(ves) shall have a broken front edge, and a broken rear edge for added strength and reinforcement. One(1). 35-10-0155 YN ADJUSTABLESHELE There shall be (1) adjustable shelf(ves) installed; and the shelf(ves) shall be constructed of .125" thick smooth aluminum plate and be mounted in the 207of specified compartment with double bolt aluminum shelfb brackets. The: shelf(ves) shall have a broken front edge, and a broken rear edge for added strength and reinforcement. One_(1) 35-85-0050 YN COMPARTMENT GRATING No compartment floor grating shall be provided in specified compartment. One(1) 35-85-0050 YN COMPARTMENT GRATING No compartment floor grating shall be provided in specified compartment. One(1) 35-85-0050 YN COMPARTMENT GRATING No compartment floor grating shall be provided in specified compartment. One(1) 35-85-0050 YN COMPARTMENT GRATING No compartment floor grating shall be provided in specified compartment. One (1) 35-85-0050 YN COMPARTMENT GRATING No compartment floor grating shall be provided in specified compartment. One(1). 35-85-0050 YN COMPARTMENT GRATING No compartment floor grating shall be provided in specified compartment. One(1). 35-85-0050 Y_N COMEARIMENIGRATING No compartment floor grating shall be provided in specified compartment. One(1) 35-85-0055 One( (1) 35-85-0055 One (1) 35-85-0055 One (1) 35-85-0055 One (1) 35-85-0055 One (1) 35-85-0055 YN YN YN YN YN YN No shelf grating shall be provided on the specified shelf. No shelf grating shall be provided on the specified shelf. No shelf grating shall be provided on the specified shelf. No shelf grating shall be provided on the specified shelf. No shelf grating shall be provided on the specified shelf. 208of No shelf grating shall be provided on the specified shelf. 2YOLTEUFCTRICALSPFCITICATIONS One(1). 40-05-1175 YN The following describes the low voltage electrical system on the apparatus including all panels, electrical components, switches and relays, wiring harnesses and other electrical components. The apparatus manufacturer shall conform to the latest Federal DOT standards, current automotive electrical system standards Wiring shall be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for which the circuit is protected. Voltage drops shall not exceed 10 percent in all wiring from the power source to the using device. The wiring and wiring harness and insulation shall be in conformance with SAE and NFPA standards. The wiring harness shall conform tos SAEJ-1128 with GXL temperature properties. Exposed wiring shall be run in al loom with a 290 degree Fahrenheit rating, Wiring looms shall be properly supported and attached to body members. Electrical conductors shall be constructed in accordance with applicable SAE standards, except when good All wiring connections and terminations shall provide positive mechanical and electrical connections and be installed in accordance with the device manufacturer's instructions. When wiring passes through metal panels, electrical connections shall be with mechanical type fasteners and rubber/plastic grommets Wiring between the cab and body shall be split using Deutsch type connectorsor enclosed in a terminal junction panel allowing body removal with minimal impact on the apparatus electrical system. Connections shall be insulated with heat shrink tubing to resist moisture and foreign debris such as grease and road grime. Weather resistant connectors shall be provided throughout the system. Electrical junction or terminal boxes shall be weather resistant and located away from water spray conditions. When required, automatic reset breakers and relays There shall be no exposed electrical cabling, harnesses, or terminal connections located in compartments, unless enclosed in an electrical junction box or covered with ai removable electrical panel. Wiring shall be secured inj place and protected against heat, liquid contaminants and damage and shall be uniquely identified at least every six inches (6") by color coding or permanent marking with a circuit function code and identified on a reference chart or electrical wiring schematic Low voltage protective devices shall be provided for the clectrical circuits. The devices shall be accessible and located in required terminal connection locations or weather resistant enclosures. Over current protection devices shall be automatic reset type suitable for electrical equipment and shall meet SAE standards. All electrical equipment, switches, relays, terminals, and connectors shall have a direct current rating of 125 percent of maximum current for which and the applicable requirements ofNFPA. engineering practice requires special construction. shall be housed in the main body junction panel. per requirements of applicable NFPA standards. 209of the circuit is protected. Electro-magnetic interference suppression shall be provided in the system as required in applicable SAE standards. The electrical system shall include the following: Electrical terminals in weather exposed areas shall havea ar non-conductive grease or spray applied. All terminal plugs located outside of the cab or body shall be All electrical wiring shall be placed in aj protective loom or be harnessed. Exposed connections shall be protected by heat shrink and or a sealed connector, Large fender washers shall be used when fastening equipment to the underside oft the cab roofand all holes made in the roof shall utilize a weatherproof. strain Electrical components installed in exposed areas shall be mounted in a manner As service loop shall be provided behind all electrical appliances to allow them to be pulled away from their mounting area for inspection and service work Upon completion of the vehicle and prior to delivery, the apparatus shall be electrically tested and the electrical testing, certifications, and test results shall be submitted with delivery documentation per the requirements of NFPA. treated with a corrosion preventative compound. relief. that will not allow moisture to accumulate inside. One(1) 40-05-4800 YN ELECTRICAL WIRING HARNESS The electrical system shall be divided into separate harnesses. The individual harnesses shall be connected with Deutsch type quick connectors. One(1) 40-10-1350 YN CUSTOM FABRICATED CONSOLE A custom fabricated electrical console and enclosure shall be located between the driver's and the officer's seating positions. The console shall feature a forward lid section for pump controls (ifneeded) that is next to the recessed transfer case shifter access. The rear: section of the console shall be a single row ofhavis style plates, with a built in non-removable map box. One(1) 40-10-1500 YN CONSOLEMAP BOX There shall be a map box attached to the rear of the console. The map box shall be painted to match the console. One (1). 40-15-1100 YN BATTERY SWITCH - MASTER DISCONNECT battery system shall be located conveniently near the driver. A battery disconnect switch controlling the 12-volt power supply from the One(1). 40-15-3075 YN 210of BATTERY CHARGER INLET There shall be a polarized plug wired directly to the chassis starting batteries to be connected to a customer supplied charging source. One (1) 40-25-1375 YN IDENTIFICATION LIGHTS LED identification lights shall be installed on the vehicle as required by applicable highway regulations. All lights shall be 3/4" grommet mount type. One(1) 40-30-1200 Y LICENSE PLATE BRACKET rear of the apparatus. DOTLIGHTING A license plate bracket with a Tecniq LI10 LED light shall be provided at the One (1). 40-31-7210 YN There shall be four (4) Truck-Lite brand 60 series lights mounted in the provided cutouts in the rear bumper. The lights shall function as the Stop, tail, and turn signals. The lights shall also have back-up lights integrated into the housing. The lights shall be mounted using screws. FRONT BUMPER - GROUNDLIGHTS Two (2) 41-25-1305 YN There shall bet two (2) Tecniq E10, LED ground light(s) installed under the front bumper. Four (4) 41-25-2510 YN CABGROUNDI LIGHTS There shall be four (4) Tecniq E10, LED ground lights installed under the cab door(s). Two (2) 41-25-5255 YN GROUNDLIGHTS. UNDER REAR STEP There shall be two (2) Tecniq E10, LED ground lights installed under the rear step area. Two (2) 41-25-5360 Four (4) 41-25-5360 Two(2). 41-25-5360 Y_N The ground lights shall be activated. when parking brake is set, or the transmission is placed into park (where applicable). transmission is placed into park (where applicable). YN The ground lights shall be activated when parking brake is set, or the YN The ground lights shall be activated when parking brake is set, or the transmission is plaçed into park (where applicable). 211of Two (2) 41-36-5300 YN PIONEERI FLOOD/SPOT SURFACE MOUNTLIGHTHEAD Two (2) Whelen Pioneer PlusTM Model # PCPSMIC shall be provided and installed on the apparatus. The light head shall have a chrome housing. Two (2) 41-40-7510 Two (2) 41-40-7510 Two (2). 41-40-7510 One(1) 41-45-0010 YN The specified Whelen M4 lights shall be equipped with chrome plastic flange type light bezel mountings. YN The specified Whelen M4 lights shall be equipped with chrome plastic flange type light bezel mountings. type light bezel mountings. COMPARTMENTLIGHTING YN The specified Whelen M4 lights shall be equipped with chrome plastic flange YN The specified compartment shall have two (2) vertical Code 3 800 series lights installed. One (1) 41-45-0010 YN COMFAEINENIIGITTNG The specified compartment shall have two (2) vertical Code 3 800 series lights installed. One(1). 41-45-0010 YN CONFAKININIIGITING The specified compartment shall have two (2) vertical Code 3 800 series lights installed. One(1) 41-45-0010 YN COMFALINENTIIGITNG The specified compartment shall have two (2) vertical Code 3 800 series lights installed. One(1) 41-45-0010 YN COMPARTMENTLIGHTING The specified compartment shall have two (2) vertical Code 3 800 series lights installed. One(1) 41-45-0010 YN COMPARTMENT LIGHTING 212of The specified compartment shall have two (2) vertical Code 3 800 series lights installed. Four (4) 41-45-3205 YN COMPARTMENTLIGHTING The specified compartment shall have four (4) Tecniq E101 lights installed within it. One(1) 41-46-2005 YN DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR AJAR SENSOR The Specified door(s) shall feature a magnetic proximity switch to indicate when One(1) 41-46-2005 YN The Specified door(s) shall feature a magnetic proximity switch toi indicate when One( (1) 41-46-2005 YN The Specified door(s) shall feature ai magnetic proximity switch to indicate when One( (1). 41-46-2005 YN The Specified door(s) shall feature a magnetic proximity switch to indicate when One (1) 41-46-2005 YN The Specified door(s) shall feature a magnetic proximity switch to indicate when One (1) 41-46-2005 YN The Specified door(s) shall feature a magnetic proximity switch toi indicate when One(1) 41-46-2005 YN The Specified door(s) shall feature a magnetic proximity switch to indicate when One(1) 41-46-2005 YN 213of The Specified door(s) shall feature a magnetic proximity switch to indicate when the compartment doori is ajar. DOOR AJAR SENSOR the compartment door is ajar. DOOR OPEN WARNING LIGHT Three (3) 41-46-2005 YN The Specified door(s) shall feature a magnetic proximity switch to indicate when One(1) 41-46-2100 YN A door open warning light shall be installed on cab dash. The light shall be a flashing LED light with ai red lens. The light shall include al label, "Do Not Move Apparatus When Light is ON". One (1) 41-46-2400 YN "DOOR OPEN" AND POUPMENTOPRATION ALARM Al buzzer or alarm shall be installed in cab toi indicate "doors open" or equipment operation on the apparatus. The buzzer shall operate when parking brake is released. One(1) 42-10-2015 YN RADIO ANTENNA INSTALLATION There shall be one (1) radio antenna installed on the apparatus and routed to the cab center console. BACKUP ALARM One( (1) 43-10-1110 YN One (1) solid state back up alarm shall be provided at the rear oft the apparatus. The back up alarm shall be wired to the reverse circuit of the transmission, and shall provide an audible alarm to the rear of the apparatus when reverse gear is selected. The alarm shall have a volume of 87 to 112 db while in operation. CHASSIS! SUPPLIED BACK UP CAMERA INSTALLATION One (1) 43-10-2600 YN The chassis shall be ordered with al back up camera. The camera shall bei installed by the apparatus manufacturer. The exact location shall be determined: at the pre- construction conference. One (1). 43-10-2699 One(1) 44-05-1291 YN YN ELECTRONIC! SIREN Whelen CenCom Core C399 shall be installed. The following features shall be included One (1). 44-05-1302 YN 214of WHELEN CORE CONTROLHEAD There shall be a Whelen model CCTL6 control head supplied with the Cencom Core system. It featuresa3s section control head, with 8j push buttons, 4- position slide switch with a 7 position rotary knob. A manual siren and air horn button, and 3 traffic advisor control buttons. One (1) 44-05-1322 WHELEN CORE WECANX TRAFFIC ADVISOR MODULE There shall be a Whelen model CTA Traffic Advisor module interfaced with the Cencom Core system. SIREN SPEAKER One( (1) 44-09-1500 Y_N One (1) Whelen Model #SA315P siren speaker shall be provided. The 100 watt siren speaker shall be designed in a black nylon composite housing with 123 decibel rating. One (1) 45-05-2035 YN ZONE A FRONT UPPER -- LIGHTBAR One (1) Whelen Cenator series light bar shall be installed on the apparatus, the light bar shall be 54" long. The lightbar shall feature six (6) forward facing red/white lights. The light bar shall also feature two(2)f forward facing take-down LED lights and two (2)LED alley lights. One (1) 45-40-1215 YN ZONE A - LOWER FRONT WARNING LIGHTS Two (2) Whelen M-Series model# M4D warning lights shall be installed in the lower front area of the cab. The warning lights shall feature a split dual color ZONEBANDD- FRONTI INTERSECTION WARNING LIGHTS Two (2) Whelen M4 Series Model # M4V2R combination 1800° red/white combo. One(1) 45-45-1255 YN warning/perimeter light shall be provided. One(1) 45-55-1255 YN ZONE B AND DLOWER MID BODY WARNING LIGHTS Two (2) Whelen M4 Series Model # M4V2R combination 180° warning/perimeter light shall be provided. One(1) 45-75-1705 YN ZONEC-UPPER REAR WARNINGIIGHTS Two (2) Whelen ION series lights, model TLIR shall provided. One(1) YN 215of 45-80-1705 ZONE C-LOWER REAR WARNING LIGHTS Two (2) Whelen ION series lights, model TLIR shall provided. One (1) 46-05-1640 Y_N TRAFFIC ADVISOR A Whelen Traffic AdvisorM model # TAM65 shall be provided. The traffic advisor shall incorporate a rectangular extruded black powder coated aluminum chassis with six amber TIR6TM Super-LEDA lights with aterproorconnectors, One (1) 60-05-1811 YN FRONT MOUNTED ELECTRIC WINCH A Warn Winch Company 16,500 pound capacity, 12-volt electric winch system shall be installed on the front oft the apparatus. It shall have forward and reverse gears, a three stage planetary gearing and a sliding ring gear clutch that will The winch shall be controlled with aj push button device attached to a twelve foot (12) control cable and weatherproof receptacle. The winch shall include 90' of permit free-spooling for quick unwinding of cable. 7/16" steel cable. One(1). 80-10-1410 Y_N BODYI PAINTING SPECIFICATIONS All exposed surfaces shall be prepared and painted using a multi-step process to ensure a blemish-free, protective coating for the base metal materials. All removable items, such as brackets and compartment doors, shall be removed and painted separately to insure finish paint behind them after they are Due toi its modular design, the apparatus body shall be completely finish painted Thel body shall be sanded, and cleaned. Any imperfections or defects in the metal shall be corrected with premium body filler and then sanded smooth. An epoxy primer shall be utilized on all painted and coated surfaces and shall prepare the metal for the final paint. The direct-to-metal primer shall be used to create a first level seal allowing secure adhesion between the base metal and the All body and components shall then be primed, thoroughly sanded, and meticulously inspected for any imperfections; which shall be properly corrected.. All surfaces shall then be painted with a base coat of premium paint following the guidelines as established by the paint manufacturer. The body shalll bej painted using a single color to match the cab primary color, and then shall be buffedtoa reinstalled. prior to its installation on the chassis. subsequent substrates. high gloss finish. 216of One (1) 80-21-2305 YN INTERIOR COMPARTMENT FINISH The interior wall, floor and ceiling surfaces of compartments shall be finished with Rust-Oleum brand Multispec color flecked paint. One(1) 80-21-2320 One(1) 80-21-2326 One(1) 80-60-1000 YN The specified compartment(s) shall be coated with Black/Black colored Multi- The specified compartment(s) shall be coated with Gray Stone colored Multi- Spec paint. YN YN Spec paint. TOUCH-UP PAINT Touch-up paint shall be furnished with the completed truck at final delivery. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. Specified part shall include Red and White DOT approved reflective striping. The BME plaque shall feature white reflective material on the outside of the One(1) 81-15-1521 Five (5) 81-15-1521 Two (2) 81-15-1521 One (1). 81-15-1521 One (1) 81-15-1521 One (1) 81-15-1521 One (1) 81-15-1521 One (1). 81-15-1521 One (1) 81-15-1521 One (1) 81-15-1605 Five (5). 81-20-2505 YN YN YN Y N YN YN YN YN YN YN YN Maltese cross and red reflective material in the middle. COMPARTMENT DOOR EDGES STRIPING edges. The stripe shall be a 1-1/2" minimum in width. The hinged compartment doors shall have reflective striping applied on the 217of Two (2) 81-20-2505 YN COMPARTMENT DOOR EDGE STRIPING edges. The stripe shall be a 1-1/2" minimum in width. The hinged compartment doors shall have reflective striping applied on the One( (1) 81-20-2510 One(1) 81-20-2510 One(1) 81-20-2510 One(1) 81-20-2510 One(1) 81-20-2510 One(1) 81-20-2510 One(1) 81-20-6000 YN The compartment shelf and or shelves shall have reflective striping added to the outside lip. The stripe shall bea al-1/2" minimum in width. YN YN The compartment shelf and or shelves shall have reflective striping added to the outside lip. The stripe shall be a 1-1/2" minimum in width. The compartment shelf and or shelves shall have reflective striping added to the outside lip. The stripe shall be a 1-1/2" minimum in width. YN The compartment shelf and or shelves shall have reflective striping added to the outside lip, The stripe shall be a 1-1/2" minimum in width. YN YN The compartment shelfa and or shelves shall have reflective striping added to the outside lip, The stripe shall be a 1-1/2" minimum in width. The compartment shelf and or shelves shall have reflective striping added to the outside lip. The stripe shall be a 1-1/2" minimum in width. STRIPING PACKAGE- SINGLE 4"S STRIPE apparatus. The stripe is limited to single color only. YN There shall be a single 4" reflective stripe installed one on each side of the One(1) 90-07-0005 YN SUCTIONHOSE There shall be NO suction hose supplied on the apparatus. One(1) 90-07-4715 YN HARD SUCTION HOSE STORAGE There shall be storage to accommodate two (2) 8' sections of2.5" hard suction and one 7 sections of2.5 hard suctions with barrel strainer located above the pump operators panel. The compartment shall feature a drop down door with a thumb latch. WHEELCHOCKS One(1) 90-09-1100 YN 218of Two (2). Zico Model AC-1, aluminum wheel chocks shall be provided on the apparatus. One( (1) 90-10-1110 YN 5# DRY CHEMICAL FIRE EXTINGUISHER One (1) 5# ABC dry chemical fire extinguisher and mounting bracket shall be provided on the apparatus. The extinguisher: shall have: aj pressure gauge and shall be filled with a dry chemical extinguishing agent. One(1) 90-40-4100 YN HYDRAULICJACK capacity oftwelve (12) tons. LUG WRENCH completed apparatus. REFLECTOR One (1) hydraulic jack shall be provided. The jack shall be designed for lifting One(1) 90-40-4500 YN There shall be one (1) lug wrench provided and shipped loose with the One( (1) 90-42-1200 YN A: set ofthree (3) triangular reflectors shall bej provided. 219of AB134/AB1550 VEHICLE REPLACEMENT AGREEMENT NUMBER 01-004-2024 op Dollart Work AGREEMENTENTBETWEEN CITYOECALIFORNIA CITY EASTERNKERNAIRPOLUTIONCONTROLDISTRICT AND THIS AGREEMENT is made and entered into this 11h day of January 2024, by and between the EASTERN KERN AIR POLLUTION CONTROL DISTRICT ("DISTRICT"), and CITY OF CALIFORNIA CITY, as represented by the California City Fire Department ("GRANTEE"). DISTRICT and GRANTEE are referred to individually as "Party" and collectively as "Parties." WITNESSETH: WHEREAS: (a) The California Clean Air Act encourages local air pollution control districts to reduce emissions from motor vehicles and heavy duty engines and the State Implementation Plan (SIP), California's plan to attain ambient air quality standards, includes motor vehicle and heavy duty engine emission reduction goals; (b) Community Air Protection (CAP) funds as authorized under Assembly Bill (AB) 134 supportearly actions to reduce emissions and improve community health in communities with high burdens of cumulative pollutant exposure, consistent with the goals of AB617 (Chapter 254, Statutes of 2017); (c) The DISTRICT Board of Directors adopted Resolutions to accept CAP funds (d) The DISTRICT is required to select projects for CAP funding in a manner: that emphasizes localized reductions of criteria and toxic emissions that will provide immediate or near-term emission reductions in disadvantaged or low-income communities as defined in SB 535 (Chapter 830, Statutes of 2012) and AB 1550 (Chapter 369, Statutes of 2016); (e) CAP funded projects must be administered through the 2017 Carl Moyer Memorial Air Quality Standards Attainment Program (CMP) Guidelines, which includes and administer them to eligible projects; replacing older diesel-fueled emergency equipment; () CAP funds and CMP funds can be combined to award eligible projects; (g) GRANTEE has proposed a project that meets the eligibility criteria, and has (h) GRANTEE represents that it is willing and able to perform the activities set forth been recommended for funding by DISTRICT staff; and herein. 220of NOW, THEREFORE, IT IS AGREED between the Parties as follows: 1. Proiect. GRANTEE shall perform all activities necessary to complete the project described in Exhibit A, which is attached hereto and incorporated herein by this reference. GRANTEE agrees to furnish all labor, materials, equipment, licenses, permits, fees, and other incidentals necessary to perform and complete, on schedule and in a professional The purpose of this project is to reduce emissions from an older high-emitting diesel fueled fire engine through vehicle replacement. To achieve this purpose, GRANTEE agrees to replace an existing 1999, diesel-fueled, Segrave, TD40DA Maurader Fire Engine with a 2024 or newer lower-emitting. diesel-fueled fire engine having a gross vehicle weight rating (GVWR) of greater than 35,000-lbs and maintain it for the duration of the Agreement. GRANTEE is prohibited from removing the new vehicle from service during the term of this Agreement specified in Section 6, Term, unless the vehicle becomes inoperable through failure of components or systems, and these failures cannot be repaired, and such failure is manner, the activities described herein. not caused by GRANTEE's negligence, misuse, or malfeasance. 2. Period atPademanellmatal. GRANTEE shall commence performance ofv work and diligently prosecute said work in accordance with the project implementation schedule and deadlines for performance indicated in Exhibit A, unless this Agreement is terminated sooner as provided for elsewhere in this Agreement. 3. Payments. a. The total obligation of the DISTRICT under this Agreement shall not exceed one hundred fifty three thousand two hundred eleven dollars ($153,211). GRANTEE shall, if necessary, obtain through other sources sufficient additional monies to fund the total cost of the project as outlined in Exhibit A. Upon request by DISTRICT, satisfactory written evidence of such funding commitments shall be provided to DISTRICT prior tot the release by DISTRICT of any funds under this Agreement. In the event funding from other sources for the total cost of the project is not received by GRANTEE, DISTRICT reserves the right to terminate or renegotiate this Agreement. In that event, if requested by the DISTRICT, GRANTEE shall return any DISTRICT funds previously paid to GRANTEE. b. Advanced payments shall not be permitted. Payments will be permitted only at such time as equivalent activities have been satisfactorily rendered. Claims and all supporting documentation shall be submitted directly to DISTRICT. C. All invoices for payment shall be submitted in a form approved by the DISTRICT and shall contain a detailed description of the work completed forwhich payment is being requested, including all proper documentation and receipts of expenses incurred. Payment will be made to GRANTEE within thirty (30) days of receipt and approval of each invoice by the DISTRICT. 221of d. The amount to be paid to GRANTEE under this Agreement includes all sales and use taxes incurred pursuant to this Agreement, ifany, including any such taxes due on equipment purchased by the GRANTEE. The GRANTEE shall not receive additional compensation for reimbursement of such taxes and shall not decrease work to compensate therefore. e. Concurrently with the submission of any claim for payment, GRANTEE shall certify (through copies ofir invoices, issued checks, receipts, etc.) that complete payment has been made to any and all suppliers, sub-contractors or consultants who have provided materials or performed work for which payment is being requested by GRANTEE. Itis understood that all costs and expenses incidental to GRANTEE's performance of services under this Agreement shall be borne exclusively by GRANTEE. t. Any compensation which is not expended by GRANTEE pursuant to the terms and conditions of this Agreement by the project completion date shall automatically revert to the DISTRICT. Only expenditures incurred by the GRANTEE ini the direct performance of this Agreement will be reimbursed by the DISTRICT. Only allowable expenditures, as determined in the sole discretion of the DISTRICT, will be reimbursed by the DISTRICT. All final claims shall be submitted by GRANTEE within sixty (60) days following the final month of activities for which payment is claimed. No action will be taken by DISTRICT on claims submitted beyond the 60-day closeout period. 4. Inspection. Audit. and Record Retention. GRANTEE shall retain project records and allow DISTRICT, GARB, or their designated representative to inspect the project as provided in Exhibit A attached hereto, during the entire contract term as specified in Section Project records shall include, but not be limited to, a resolution from the school district governing board (or a duly authorized official with authority to make financial decisions) authorizing the submittal of the application and identifying the individual authorized to implement the vehicle replacement project, vendor quote(s), executed contract(s), copy of the purchase order for the new replacement vehicle, copy of the CARB certification executive order for the engine of the new replacement vehicle in the purchase order, invoices, proof of payment, copy of the registration for the new replacement vehicle, and documentation of the Records of replaced vehicle shall include: Copy of the Inspection Approval Certificate (CHP form 292, if applicable) and copy of the registration, To document the GWWR for any vehicle that is to be replaced, a photograph of the vehicle's data tag must be taken and retained in the file. The photograph must be legible and preferably in electronic format. Documentation of replaced vehicle disposal must include: A copy of the Department of Motor Vehicles Dismantlers Notice of Acquistion/Report ofVehicle to be Dismantled (REG 42); and a letter signed and dated by a representative of the entity that dismantled the vehicle. The letter must state that the vehicle and engine were dismantled in accordance with the definition of "dismantle" as stated in Section 5, Disposal of Replaced Vehicle, of this Agreement. In addition, the letter must include the following information for the dismantled vehicle: Vehicle Identification Number, the method used to dismantle the non-engine portion of the vehicle, and 6, Term, of this Agreement. disposal of the replaced (old) vehicle. 222of the date the non-engine portion oft the vehicle was dismantled; and the engine serial number, the method used to dismantle the engine, and the date the engine was dismantled. 5. Disposal ofReplaced Vehicle. GRANTEE shall dismantle the (old) replaced vehicle within 60 days of receipt of the (new) replacement vehicle. Dismantle means "to punch, crush, stamp, hammer, shred, or otherwise render permanently and irreversibly incapable of GRANTEE shall obtain and retain dismantle documentation for the replaced vehicle in accordance with Section 4, Inspection, Audit, and Record Retention, of this Agreement. 6. Ierm. This Agreement shall be deemed in force as of the date first written above. The Agreement shall remain in effect until GRANTEE has operated the new vehicle for fourteen (14) consecutive years and has maintained records for an additional two (2) functioning as originally intended, any vehicle or vehicle part." years per Section 4, Inspection, Audit, and Record Retention. 7. Assianment. GRANTEE shall not assign, sublet, or transfer this Agreement, or any part hereof. GRANTEE shall not assign any monies due orwhich become due to GRANTEE under this Agreement without the prior express and written approval by the DISTRICT. Negation of Partnership. In performance of all services under this Agreement, GRANTEE shall be, and acknowledges that GRANTEE is, in fact and law, an independent contractor and not an agent or employee of DISTRICT. GRANTEE has and retains the right to exercise full supervision and control of the manner and methods by which GRANTEE shall perform its work under this Agreement. GRANTEE retains full supervision and control over the employment, direction, compensation and discharge ofa all persons assisting GRANTEE in the performance of work hereunder. However, DISTRICT shall retain the right to administer this Agreement so as to verify that GRANTEE is performing its obligations in accordance with the terms and conditions thereof. With respect to GRANTEE employees, if any, GRANTEE shall be solely responsible for payment of wages, benefits and other compensation, compliance with all occupational safety, welfare, and civil rights laws, tax withholding and payment of employee taxes, whether federal, state, or local, and compliance with any and all 8. other laws regulating employment. 9. Disclosure Statement. The GRANTEE certifies that no other requests for grant or incentive funding for the project, described in Exhibit A of this Agreement, have been submitted or will be submitted to any other party, including but not limited to vehicle dealers, vehicle manufacturers, other air districts, the CARS, or any other government agency. Ifthe GRANTEE or any other third party designee is found to have submitted multiple applications or signed multiple agreements for this project without disclosing the information to the DISTRICT, the DISTRICT will pursue at least one or more of the following actions: a. project; and The GRANTEE may be disqualified from all DISTRICT funding sources for this b. The GRANTEE may be banned from submitting future applications to any and all LESBP, AB 923, CMP, or AB134/AB1550 solicitations; and 223of C. The DISTRICT may seek civil penalties against the GRANTEE for such conduct. 10. Indemnification. GRANTEE agrees to indemnify, defend, and hold harmless DISTRICT and DISTRICT's agents, Board members, elected and appointed officials and officers, employees, volunteers, and authorized representatives from any and all losses, liabilities, charges, damages, claims, liens, causes of action, awards, judgments, costs, and expenses (including, but not limited to, reasonable attorneys' fees of County Counsel and counsel retained by DISTRICT, expert fees, costs of staff time, and investigation costs) of whatever kind or nature that arise out of or are in any way connected with any act or omission of GRANTEE or GRANTEE's officers, agents, employees, independent contractors, sub- contractors of any tier, or authorized representatives. Without limiting the generality of the foregoing, the same shall include injury or death to any person or persons; damage to any property, regardless of where located, including the property of DISTRICT; and any workers' compensation claim or suit arising from or connected with any services performed pursuant 11. Insurance. GRANTEE, in order to protect DISTRICT and its Board members, officials, agents, officers, and employees against all claims and liability for death, injury, loss, and damage as a result of GRANTEE actions in connection with the performance of GRANTEE obligations, as required in this Agreement, shall secure and maintain insurance as described below. GRANTEE shall not perform any work under this Agreement until GRANTEE has obtained all insurance required under this section and the required certificates of insurance have been filed with and approved by the DISTRICT. GRANTEE shall immediately pay any deductibles and self-insured retentions under all required insurance policies upon submission of any claim by GRANTEE or DISTRICT as an additional to this Agreement on behalf of GRANTEE by any person or entity. insured. a. During the performance of all work described in Exhibit A, GRANTEE shall maintain, or require that all subcontractors hired by GRANTEE to perform work on the project maintain, the following insurance coverages: section 3700 of the Labor Code. (1) Workers' Compensation Insurance in accordance with the provisions of GRANTEE shall require any: subcontractors to provide workers' compensation for all of the subcontractors employees, unless the subcontractors' employees are covered by the insurance afforded by GRANTEE. If any class of employees engaged in work or services performed under this Agreement is not covered by California Labor Code section 3700, GRANTEE shall provide and/or require each subcontractor to provide adequate insurance for GRANTEE shall also maintain employer's liability insurance with limits of one million dollars the coverage of employees not otherwise covered. ($1,000,000) for bodily injury or disease. (2) Commercial General Liability Insurance, including, but not limited to, Contractual Liability Insurance (specifically concerning the indemnity provisions of this Agreement), Personal Injury (including bodily injury and death), and Property Damage for 224of (3) liability arising out of the GRANTEE's performance of work under this Agreement. The amount of said insurance coverage required by this Agreement shall be the policy limits, which shall be at least one million dollars ($1,000,000) each occurrence and two million dollars ($2,000,000) aggregate. (4) Automobile Liability Insurance against claims of Personal Injury (including bodily injury and death) and Property Damage covering the vehicle to be purchased under this Agreement, with coverage equal to the policy limits, which shall not be less than one million dollars ($1,000,000) each occurrence. (5) The Commercial General Liability and Automobile Liability Insurance required in this subparagraph a. shall include an endorsement naming the DISTRICT and DISTRICT's Board members, officials, officers, agents and employees as additional insureds for liability arising out of this Agreement and any operations related thereto. Said endorsement shall be provided using one of the following three options: () on ISO form CG 20101185; or (i) on ISO form CG2037 1001 plus either ISO form CG20101001 or CG 2033 1001; or (ii) on such other forms which provide coverage at least equal to or better than form CG20101185. (6) Any self-insured retentions in excess of $100,000 must be declared on the Certificate of Insurance or other documentation provided to DISTRICT and must be approved by the APCO for DISTRICT. b. Prior to GRANTEE's commencing any ofi its obligations under this Agreement, evidence of insurance in compliance with the requirements above shall be furnished to the DISTRICT by Certificate of Insurance. Receipt of evidence of insurance that does not comply with above requirements shall not constitute a waiver of the insurance requirements set forth above. C. Cancellation of Insurance -All insurance coverages required under this Agreement shall be maintained until the completion of all work to be performed hereunder, and shall not be suspended, voided, cancelled, or reduced in coverage or in limits except after ten (10) days' written notice by GRANTEE in the case of non-payment of premiums, or thirty (30) days' written notice in all other cases. GRANTEE (and any subcontractors hired by GRANTEE) shall immediately obtain replacement coverage for any insurance policy that is terminated, canceled, non-renewed, or whose policy limits have been exhausted or upon insolvency of the insurer that issued the policy. d. All insurance shall be issued by a company or companies listed in the current "Best's Key Rating Guide" publication with a minimum of an "A-; VI!" rating, or in special circumstances, be pre-approved by the DISTRICT. e. IFGRANTEE is, or becomes during the term of this Agreement, self-insured ora member of a self-insurance pool, GRANTEE shall provide coverage equivalent to the insurance coverages and endorsements required above. The DISTRICT will not accept such coverage unless the DISTRICT determines, in its sole discretion and by written acceptance, that the coverage proposed to be provided by GRANTEE is equivalent to the above-required coverages. 225of All insurance afforded by GRANTEE, and any subcontractors hired by GRANTEE, pursuant to this Agreement shall be primary to and not contributing to any other insurance or self-insurance maintained by DISTRICT. Anendorsement shall be provided on all policies which shall waive any right of recovery (waiver of subrogation) against the DISTRICT. A waiver of subrogation is only required when GRANTEE's personnel deliver services or perform services for DISTRICT while on DISTRICT property. g. Insurance coverages in the minimum amounts set forth herein shall not be construed to relieve GRANTEE for any liability, whether within, outside, or in excess of such coverage, and regardless of solvency or insolvency of the insurer that issues the coverage; nor shall it preclude the DISTRICT from taking such other actions as are available to it under any other provision of this Agreement or otherwise in law. h. Failure by GRANTEE or any subcontractors hired by GRANTEE to maintain all such insurance in effect at all times required by this Agreement shall be a material breach of this Agreement by GRANTEE. DISTRICT, at its sole option, may terminate this Agreement and obtain damages from GRANTEE resulting from said breach. Alternatively, DISTRICT may purchase such required insurance coverage, and without further notice to GRANTEE, DISTRICT shall deduct from sums due to GRANTEE any premiums and associated costs advanced or paid by DISTRICT for such insurance. Ift the balance of monies obligated to GRANTEE pursuant to this Agreement is insufficient to reimburse DISTRICT for the premiums and any associated costs, GRANTEE agrees to reimburse DISTRICT for the premiums and pay for all costs associated with the purchase of said insurance. Any failure by DISTRICT to take this alternative action shall not relieve GRANTEE of its obligation to obtain and maintain the insurance coverages required by this Agreement. 12. Termination, a. Breach of Agreement - The DISTRICT may immediately suspend or terminate this Agreement, in whole or in part, where in the determination of the DISTRICT, CONTRACTOR has: (1) Ilegally or improperly used funds; (2) Failed to comply with any term of this Agreement; (3) Submitted to the DISTRICT a substantially incorrect ori incomplete report; or (4) Improperly performed services. In no event shall any payment by the DISTRICT constitute a waiver by the DISTRICT of any breach of this Agreement or any default, which may then exist on the part of the GRANTEE. Neither shall such payment impair or prejudice any remedy available to the DISTRICT with respect to the breach or default. The DISTRICT shall have the right to demand of the GRANTEE the repayment to the DISTRICT of any funds disbursed to the GRANTEE under this Agreement which in the judgment of the DISTRICT were not expended in accordance with the terms of this Agreement. The GRANTEE shall promptly refund any such funds upon demand. Ina addition to immediate suspension or termination, DISTRICT may impose any other remedies available at law, in equity, or otherwise specified in this Agreement. 226of b. Without Cause - DISTRICT may terminate this Agreement at any time upon giving GRANTEE at least thirty (30) days' advance written notice of its intention to terminate. In such case, the GRANTEE shall, subject to Section 3, be paid for all actual costs incurred up to the time of the termination. C. Early Termination Provisions of this Agreement may be terminated prior to completion of the term if vehicle becomes inoperable through mechanical failure of components or systems directly related to the use of the vehicle, and such failure is not caused by GRANTEE's negligence, misuse, or malfeasance. GRANTEE shall submit written documentation supporting any basis for early termination for the approval of DISTRICT. operate the vehicle for fourteen (14) consecutive years, Should GRANTEE desire to terminate this Agreement prior to the end date for reasons other than those stated in subparagraph C. above, GRANTEE shall reimburse DISTRICT for a prorated share of the d. Reimbursement for Early Termination - GRANTEE is obligated to maintain and funds provided under this Agreement. e. The prorated share for which GRANTEE shall be liable, shall be 100% ift the termination occurs within the first year of the fourteen (14) year period; 93% iftermination occurs between years one (1) and two (2); 86% between years two (2) and three (3); 79% between years three (3) and four (4); 71% between years (4) and (5), 64% between years (5) and (6), 57% between years (6) and (7), 50% between years (7) and (8), 43% between years (8) and (9), 36% between years (9) and (10), 29% between years (10) and (11), 22% between years (11) a and (12), 15% between years (12) and (13), and' 7% between years (13) and (14). The reimbursable amount shall be paid to DISTRICT within sixty (60) days of the 13. Notices. All notices required or provided fori int this Agreement shall be provided to the Parties at the following addresses, by personal delivery or deposit in the U.S. Mail, postage prepaid, registered or certified mail, addressed as specified below. Notices delivered personally shall be deemed received upon receipt; mailed or expressed notices shall be deemed received five (5) days after deposit. A Party may change the address to which termination date. notice is to be given by giving notice as provided above. To DISTRICT Glen E. Stephens Air Pollution Control Officer Street, Suite 302 Bakersfield, CA 93301 To GRANTEE Jeremy Kosick Fire Chief 93505 Eastern Kern Air Pollution Control Dist. 2700 M City of California City 20890 Hacienda Blvd California City, CA Nothing in this Agreement shall be construed to prevent or render ineffective delivery of notices required or permitted under this Agreement by personal service. 227of 14. Conflict of Interest. The Parties to this Agreement have read and are aware of the provisions of Section 1090 et seq. and Section 87100 et seq. of the Government Code relating to conflict of interest of public officers and employees. GRANTEE agrees that they are unaware of any financial or economic interest of any public officer or employee of the DISTRICT relating to this Agreement. It is further understood and agreed that if such a financial interest does exist at the inception of this Agreement, the DISTRICT may immediately terminate this Agreement by giving written notice thereof. GRANTEE shall comply with the requirements of Government Code section 87100 et seq. during the term of 15. SoleAgreement, This document contains the entire agreement of the Parties relating to the services, rights, obligations, and covenants contained herein and assumed by the Parties respectively. No inducements, representations, or promises have been made, other than those recited in this Agreement. No oral promise, modification, change, or inducement 16. Authority to Bind DISTRICL It is understood that GRANTEE, in GRANTEE's performance of any and all duties under this Agreement, except as otherwise provided in this Agreement, has no authority to bind DISTRICT to any agreements or undertakings. 17. Modifications of Agreement. This Agreement may be modified in writing only, this Agreement. shall be effective or given any force or effect. signed by the Parties in interest at the time of the modification. 18. Nonwaiver. No covenant or condition of this Agreement can be waived except by the written consent of DISTRICT. Forbearance or indulgence by DISTRICT in any regard whatsoever shall not constitute a waiver of the covenant or condition to be performed by GRANTEE. DISTRICT shall be entitled to invoke any remedy available to DISTRICT under this Agreement or by law or in equity despite said forbearance or indulgence. 19. Choice ofLawNenue. The Parties hereto agree that the provisions of this Agreement will be construed pursuant to the laws of the State of California. This Agreement has been entered into and is to be performed in the County of Kern. Accordingly, the Parties agree that the venue of any action relating to this Agreement shall be in the County 20. Confidentiality. GRANTEE shall not, without the written consent of the DISTRICT, communicate confidential information, designated in writing or identified in this Agreement as such, to any third party and shall protect such information from inadvertent disclosure to any third party in the same manner that they protect their own confidential information, unless such disclosure is required in response to a validly issued subpoena or other process of law. The provisions of this paragraph shall survive the termination of this Agreement. 21. Enforcementofs Remedies. No right or remedy herein conferred on or reserved to DISTRICT is exclusive of any other right or remedy herein or by law or equity provided or permitted, but each shall be cumulative of every other right or remedy given hereunder or now or hereafter existing byl law or in equity or by statute or otherwise, and may be enforced of Kern. concurrently or from time to time. 228of 22. Severability, Should any part, term, portion, or provision of this Agreement be decided finally to be in conflict with any law of the United States or the State of California, or otherwise be unenforceable ori ineffectual, the validity oft the remaining parts, terms, portions, or provisions shall be deemed severable and shall not be affected thereby, provided such remaining portions or provisions can be construed in substance to constitute the agreement 23. Compliance withLaw. GRANTEE shall observe and comply with all applicable local, state, and federal laws, ordinances, rules, and regulations now in effect or hereafter enacted, each of which are hereby made a part hereof and incorporated herein by reference. 24. Captions andinterpretation. Paragraph headings in this Agreement are used solely for convenience, and shall be wholly disregarded in the construction of this Agreement. No provisions of this Agreement shall be interpreted for or against a Party because that Party or its legal representative drafted such provision, and this Agreement shall be construed as if 25. Time of Essence. Time is hereby expressly declared to be of the essence of this Agreement and of each and every provision hereof, and each such provision is hereby made and declared to be a material, necessary, and essential part of this Agreement. 26. Counterparts. This Agreement may be executed simultaneously in any number of counterparts, each of which shall be deemed an original but all of which together shall that the Parties intended to enter into in the first instance. jointly prepared by the Parties. constitute one and the same instrument. 27. Nondiscrimination. Neither GRANTEE, nor any officer, agent, employee, servant, or subcontractor of GRANTEE, shall discriminate in the treatment or employment of any individual or groups ofindividuals on the grounds of race, color, religion, national origin, age, or sex, either directly, indirectly, or through contractual or other arrangements. 28. Non-Collusions Covenant., GRANTEE represents and agrees that it has in no way entered into any contingent fee arrangement with any firm or person concerning the obtaining oft this Agreement with DISTRICT. GRANTEE has received from DISTRICT no incentive or special payments, nor considerations not related to the provision of services under this 29. PoliticalActivity/s andLobbying Prohibited. None of the funds, materials, property, ors services provided under this Agreement shall be used for any political activity, or to further the election or defeat of any candidate for public office contrary to federal or state laws, statutes, regulations, rules, or guidelines. In addition, none of the funds provided under this Agreement shall be used for publicity, lobbying, or propaganda purposes designed to support or defeat legislation before the Congress oft the United States of America or the Legislature of 30. NoThird Party Rights. Other than as expressly set forth herein, this Agreement will not be deemed to provide third parties with any remedy, claim, right of action, or other right. Agreement. the State of California. 229of 31. Compliance withIRCA. GRANTEE acknowledges that GRANTEE, and all subcontractors hired by GRANTEE to perform services under this Agreement, are aware of and understand the Immigration Reform and Control Act (IRCA). GRANTEE is and shall remain in compliance with the IRCA and shall ensure that any subcontractors hired by GRANTEE to perform services under this Agreement are in compliance with IRCA. In addition, GRANTEE agrees toi indemnify, defend, and hold harmless DISTRICT, its agents, officers, and employees, from any liability, damages, or causes of action arising out of or relating to any claims that GRANTEE's employees, or the employees of any subcontractor hired by GRANTEE, are not authorized to work in the United States for GRANTEE or its subcontractor and/or any other claims based upon alleged IRCA violations committed by 32. Signature Authority, Each Party has full power and authority to enter into and perform this Agreement, and the person signing this Agreement on behalf of each Party has been properly authorized and empowered to enter into this Agreement. IN WITNESS TOWHICH, each Party to this Agreement has signed this Agreement upon the date indicated, and agrees, for itself, its employees, officers, partners, and successors, tol be GRANTEE or GRANTEE's subcontractor(s). fully bound by all terms and conditions of this Agreement. EASTERN KERN AIRPOLLUTION CONTROL DISTRICT CITYOFCALIFORNIA CITY By. By Martin Pinon R 25l2y Chairman, Di trict Board "DISTRICT" 600 Interim City Manager "GRANTEE" APPROVED ASTOCONTENT: Air Pollution Control District APPROVED AS TO CONTENT: California City Fire Department By. a By: - Glen E Stephens, .PE.,APCO Jeremy Kosick, Fire Chief APPROVED ASTO FORM: Office oft the County Counsel APPROVED ASTOFORM: Agency Attorney 230of B- By. Phillip haA 231of EXHIBITA AGREEMENT No. 01-004-2024 ProiectLocation: City of California City Fire Station, 20890 Hacienda Blvd, California City, CA 93505 Description of Proiect: DISTRICT will provide AB134/AB1550 CAP funds to replace a1 1999, Segrave, TD40DA Maurader, Fire Engine, VIN 1F9EN2818XC512035, with a 2024 or newer State Compliant lower emission Pierce, PUC Arrow XT, Fire Engine having a gross vehicle weight rating of 48,500 pounds. Prolectimplementation Schedule: Old vehicle shall be replaced and new vehicle shall be operational by January 11, 2026. Allowable Expenditure: DISTRICT will pay a maximum of $153,211.00 in eligible grant funds of the estimated total project cost of $850,000.00 associated with replacing the 1999, International vehicle as identified in the Description of Project above. GRANTEE is responsible for any project costs exceeding the maximum DISTRICT costs specified above. EquipmentandRecordkeeping. Requirements: 1. Notification of DISTRICT upon receipt of new vehicle. 2. Replaced (old) vehicle must be dismantled within 60 days of receipt of new vehicle. 3. Inspection to verify operation of new vehicle and destruction of old vehicle. 4. New vehicle must be maintained and operated for at least fourteen (14) 5. Records in accordance with Section 4, Inspection, Audit, and Record Retention of this Agreement must be retained and made available upon consecutive years. DISTRICT request for at least sixteen (16) years. 6. Right of passage to DISTRICT personnel for periodic (minimum annually) inspections. 232